JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA)...

184
JOHANNESBURG DEVELOPMENT AGENCY (JDA) TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP REA VAYA BUS RAPID TRANSPORT SYSTEM PHASE 1C PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK WORK PACKAGE: 15N CONTRACT No: JDA-WP 15N-02 ISSUED BY: Johannesburg Development Agency The Bus Factory 3 Helen Joseph (formerly President) Street Newtown 2000 Contact Name: Sithandile Xhanti Telephone No: 011 688 7800 Email Address: [email protected] PREPARED BY: SMEC South Africa (Pty) Ltd 267 Kent Avenue Ferndale 2194 Contact Name: Gugulethu Sidinile Telephone No: 011 369 0600 Email Address: [email protected] NAME OF TENDERER: ..................................................................................................................... CIDB REGISTRATION NUMBER: ..................................................................................................... CSD SUPPLIER NUMBER: ............................................................................................................... TAX VERIFICATION PIN: .................................................................................................................. This tender close at 12h00 on 20 May 2019 at the offices of the Johannesburg Development Agency “The Bus Factory”, 3 Helen Joseph (formerly President) Street, Newtown, Johannesburg. NO LATE SUBMISSIONS WILL BE CONSIDERED The Johannesburg Development Agency reserves the right to cancel/ not award this tender. JDA PRICING NB: FOR A TOTAL PRICE INCLUSIVE OF VALUE ADDED TAX, PLEASE REFER TO PART C1 (FORM OF OFFER AND ACCEPTANCE). PAGE 55.

Transcript of JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA)...

Page 1: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA)

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP REA VAYA BUS RAPID TRANSPORT SYSTEM

PHASE 1C

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

CONTRACT No: JDA-WP 15N-02

ISSUED BY: Johannesburg Development Agency The Bus Factory 3 Helen Joseph (formerly President) Street Newtown 2000 Contact Name: Sithandile Xhanti Telephone No: 011 688 7800 Email Address: [email protected]

PREPARED BY:

SMEC South Africa (Pty) Ltd 267 Kent Avenue Ferndale 2194 Contact Name: Gugulethu Sidinile Telephone No: 011 369 0600 Email Address: [email protected]

NAME OF TENDERER: .....................................................................................................................

CIDB REGISTRATION NUMBER: .....................................................................................................

CSD SUPPLIER NUMBER: ...............................................................................................................

TAX VERIFICATION PIN: ..................................................................................................................

This tender close at 12h00 on 20 May 2019 at the offices of the Johannesburg Development Agency “The Bus Factory”, 3 Helen Joseph (formerly President) Street, Newtown, Johannesburg.

NO LATE SUBMISSIONS WILL BE CONSIDERED The Johannesburg Development Agency reserves the right to cancel/ not award this tender.

JDA

PRICING

NB: FOR A TOTAL PRICE INCLUSIVE OF VALUE ADDED TAX, PLEASE REFER

TO PART C1 (FORM OF OFFER AND ACCEPTANCE). PAGE 55.

Page 2: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures

2

TENDER

CONDITIONS OF CONTRACT FOR PLANT AND DESIGN

BUILD (FIDIC Yellow Book)

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP REA VAYA BUS RAPID TRANSPORT (BRT) SYSTEM

PHASE 1C

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

CONTRACT NO: JDA-WP 15N-02

PLEASE NOTE: TENDERS MUST BE SUBMITTED ON THE TENDER DOCUMENTATION ISSUED. TENDER DOCUMENTATION MUST NOT BE REPRODUCED OR REARRANGED. ANY

ADDITIONAL INFORMATION MUST BE SUBMITTED AS A SEPARATE ATTACHMENT TO THE TENDER DOCUMENT.

City of Johannesburg Johannesburg Development Agency

No 3 President Street The Bus Factory Newtown Johannesburg, 2000

PO Box 61877 Marshalltown 2107

www.jda.org.za www.joburg.org.za

Tel +27(0) 11 688 7851 (O) Fax +27(0) 11 688 7899/63 e-mail: [email protected]

Page 3: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures

3

To all our stakeholders RE: The channels of reporting fraudulent and Corrupt Activities The City of Johannesburg has a zero-tolerance approach to Fraud, Theft, Corruption, Maladministration, and Collusion by suppliers with employees. To reinforce this commitment, more channels have been added to report any Fraudulent and Corrupt activities. Instances of corporate fraud and misconduct remain a constant threat to service delivery. The City of Johannesburg took a resolution to adopt strategic interventions aimed at combating fraud and corruption. The City took a decision to centralize the reporting of fraudulent and corrupt activities through the establishment of an independent fraud hotline which is managed by independent service providers. All people doing business with the Johannesburg Development Agency are encouraged to report any corrupt or illegal practice. Employees are encouraged to report fraud, waste or other concerns suggestive of dishonest or illegal activities. Anyone can report fraudulent and corrupt activities through one of the following channels:

Toll free number……………………………….. 0800 002 587

Toll free Fax ……………………………………… 0800 007 788

SMS (charged @ R1.50)…………………........... 32840

Email Address:………………………………….. [email protected]

Web site:…………………………………………… www.tip-off.com

Free post:………………………………………… Free post, KNZ 138, Umhlanga, 4320

LET’S JOIN HANDS TO TAKE UP THE FIGHT AGAINST FRAUD AND CORRUPTION IN OUR SOCIETY.

Page 4: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Contents and tender checklist

4

JOHANNESBURG DEVELOPMENT AGENCY (JDA)

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP REA VAYA BUS RAPID TRANSPORT SYSTEM

PHASE 1C

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

CONTRACT No: JDA-WP 15N-02

CONTENTS THE TENDER Part T1: Tendering Procedures

T1.1 Tender Notice and Invitation to Tender (White)

T1.2 Tender Data (Pink)

Part T2: Returnable Documents

T2.1 List of Returnable Schedules and Documents (Yellow)

T2.2 Returnable Schedules and Documents (Yellow)

THE CONTRACT Part C1: Agreement and Contract Data

C1.1 Form of Offer and Acceptance (Yellow)

C1.2 Contract Data (Yellow)

C1.3 Performance Guarantee (White)

C1.4 Occupational Health and Safety Agreement (White)

C1.5 Agreement in terms of Section 37(2) of the Occupational

Health and Safety Act No 85 of 1993 (White)

Part C2: Pricing Data

C2.1 Pricing Instructions (Yellow)

C2.2 Bills of Quantities (Yellow)

Part C3: Scope of Works

C3.1 Description of the Works (Blue)

C3.2 Engineering (Blue)

C3.3 Procurement (Blue)

C3.4 Construction (Blue)

C3.5 Management (Blue)

Part C4: Site Information

C4 Site Information (Green)

Part C5: Specification

C5 Specification (White) Note: Documents must be printed and submitted in the colours as stated above

Page 5: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Contents and tender checklist

5

TENDER DOCUMENT CHECKLIST

Tenderers must complete this document checklist to ensure that all information is completed in the Tender Document. ITEMS CHECKED

Contractor

Project Manager

1. Returnable Schedules

(i) Declaration of Interest

(ii) Record of Addenda to Tender Documents

(iii) Schedule of Recently Completed Contracts

(iv) Schedule of Current Contracts

(v) Schedule of Construction Plant and Equipment

(vi) Schedule of Proposed Enterprise Joint Venture Partners

(vii) Schedule of Proposed Key Personnel

(viii) Banking Details

(ix) Proposed Amendments and Qualifications (if any)

(x) Certificate of Authority for Enterprise Joint Venture Partners

(xi) MBD 9: Certificate of Independent Bid Determination

(xii) Particulars of any contracts awarded by an organ of state during the last 5 years

(xiv) Fulfilment of the Construction Regulations

(xv) Questionnaire on tenderer’s procedures with respect to OHSA and Construction Regulations

(xvi) Business declaration

(xvii) MBD 5: Declaration for Procurement above R10 million (incl. VAT)

(xviii) MBD 8: Declaration of bidder’s past supply chain management plan practices

(xix) SMME Plan and Enterprise Plan

5. Returnable Documents

(i) A copy of tax compliance status letter issued by the South African Revenue Services.

(iii) Certified copy of current Municipal Account in the name of the Tenderer or alternatively in the names of the Directors/Partners of the tendering entity

(iv) Authority to sign tender

(v) Proposed Project Organisational Chart

(vi) Curricula Vitae of Key Project Personnel

(vii) Methodology Statement

(viii) Preliminary Construction Programme

(ix) Labour and Plant Histograms

Page 6: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Contents and tender checklist

6

(x) Letter of Intent from a Financial Institution to provide a Construction Guarantee in accordance with the GCC form (Refer C1.3)

(xi) Audited Financial Statements for past 3 years

(xii) SMME Plan

(xiii) Certificate of Contractor registration with the CIDB

2. Correct Tender offer carried forward to the Cover Page and also the Form of Offer and Acceptance in Part C1.1

3. Tenderer’s signature on the offer

4. Bill of Quantities

(i) Completed in BLACK INK only

(ii) Corrections crossed out and initialled

5. Returnable Schedules

(ii) Record of Addenda to Tender Documents

(xiii) Estimated Monthly Expenditure

(xiv) Fulfilment of the Construction Regulations

(xv) Questionnaire on tenderer’s procedures with respect to OHSA and Construction Regulations

(xvi) Business declaration

(xvii) MBD 5: Declaration for Procurement above R10 million (incl. VAT)

(xviii) MBD 8: Declaration of bidder’s past supply chain management plan practices

(xix) SMME Plan

6. Returnable Documents

(ii) Original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating the B-BBEE rating

Page 7: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures

7

PART T1: TENDERING

PROCEDURES

Page 8: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2: Returnable Documents

8

PART T1: TENDERING PROCEDURES

T1.1:Tender Notice and Invitation to Tender

CONTRACT No: JDA-WP 15N-02

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP REA VAYA BUS RAPID TRANSPORT SYSTEM

The Johannesburg Development Agency invites tenders from construction companies for the construction of the Redundancy Loop. The scope of works entails the construction of the Redundancy Loop fibre infrastructure that connects to the infrastructure that was built in the first phase.

Joint ventures are eligible to submit tenders provided that they satisfy criteria stated in the Tender Data.

Documents may be downloaded from the JDA’s website as follows: www.jda.org.za as well as on www.etenders.gov.za from 15 April 2019. Tenders must only be submitted on the tender documentation that is downloaded from the stipulated websites. The retyping of the tender document is not permitted.

Queries relating to the technical issues of these documents may be addressed to Mr Sithandile Xhanti, Telephone: +27 11 688 7801. or e-mail: [email protected] Queries relating to the procurement issues of these documents may be addressed to Lerato Ntuli, tel 011 688 7851, fax 011 688 7899, or email: [email protected]

A compulsory Site Clarification Meeting with representatives of the Employer will take place at Johannesburg Development Agency “The Bus Factory”, 3 Helen Joseph (Formerly President) street. On 23 April 2019 starting at 11:00 hours.

The closing time for receipt of tenders is 12:00 on 20 May 2019 Telegraphic, telephonic, telex, facsimile, e-mail and late tenders will not be accepted. The physical address for the delivery of tender documents is Johannesburg Development Agency, Ground Floor Reception Area, The Bus Factory, 3 Helen Joseph Street (formerly President Street), Newtown 2000

Tenders must only be submitted on the tender documentation that is issued. The retyping of the tender document is not permitted.

Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data.

The JDA’s selection of qualifying tenders will be at the JDA’s sole discretion and will be final. The JDA does not bind itself to accept any particular tender. Correspondence will be entered into with the successful tenderer.

“WE ENCOURAGE ALL PEOPLE DOING BUSINESS WITH US TO REPORT ANY CORRUPT OR ILLEGAL PRACTICE, USING THE ANTI-FRAUD HOTLINE NUMBER: 0800 002 587”

Page 9: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

9

T1.2 TENDER DATA

The Conditions of Tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement, (July 2015) as published in Government Gazette No. 38960, Board Notice 136 of 2015 of 10 July 2015. (See www.cidb.org.za).

The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender.

Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it applies.

Clause

Number

Clause

Heading Data / Wording

F.1.1 The Employer

Johannesburg Development Agency

PO Box 61877

Marshalltown, 2107

F.1.2 The Tender

PART T1: TENDERING PROCEDURES

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender Data

PART T2: RETURNABLE DOCUMENTS

T2.1 List of Returnable Schedules & Documents

T2.2 Returnable Schedules and Documents

The Contract

PART C1: AGREEMENT AND CONTRACT DATA

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

C1.3 Construction Guarantee

C1.4 Occupational Health and Safety Agreement

PART C2: PRICING DATA

C2.1 Pricing Instructions

C2.2 Bill of Quantities

PART C3: SCOPE OF WORK

PART C4: SITE INFORMATION

PART C5: SPECIFICATIONS

(a) "Conditions of Contract for Plant and Design Build for Electrical and Mechanical

Plant, and for Building and Engineering works, designed by the Contractor (Short

Title: FIDIC 1999, Yellow Book) " This document is issued by the South African

Institution of Civil Engineering, and is obtainable separately. Tenderers shall

obtain their own copies.

Page 10: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

10

(b) "Standard Specifications for Civil Engineering Construction” as approved by the

council of the South African Bureau of Standards shall form part of the Contract

Documents. These documents are only applicable when dealing with the

excavation for, relocation or replacement of existing services and is obtainable

separately. Tenderers shall obtain their own copies of these Standard

Specifications (SANS1200) and their related SABS 0120 Code of Practice (latest

edition) which apply equally.

(c) Specifications as annexed to the tender document

(d) The Occupational Health and Safety Act No. 85 of 1993 and Amendment Act No.

181 of 1993, and the Construction Regulations 2014 (Government Gazette No.

37305 of 7 February 2014 Notice No. R84). This document is obtainable

separately. Tenderers shall obtain their own copies.

(e) The Occupational Health and Safety Specification in terms of the requirements of

Construction Regulations 5(1)(c). This document is contained elsewhere in this

Tender.

(f) In addition, Tenderers are advised in their own interest, to obtain their own

copies of the following acts, regulations and standards referred to in this

document, together with any gazetted amendments thereto, as they are essential

for the Tenderer to get acquainted with the basics of construction and

management requirements:

(i) The Construction Industry Development Board Act No. 38 of 2000 and the

Regulations in terms of the CIDB Act 38 of 2000, Government Notice No.

692 of 9 June 2004, as amended.

(ii) SANS 1921-1: 2004 Construction and Management requirements for

Works Contracts

Part 1: General Engineering and Construction Works;

Part 6: HIV/AIDS Awareness

The Tender Document and the drawings shall be obtained from the Employer or

his authorised representative at the physical address stated in the Tender

Notice.

The Tender Document will be issued as bound paper documents.

F.1.4 Engineer Name: SMEC South Africa (Pty) Ltd

267 Kent Avenue

Ferndale

2194

Contact Person: Mr Gugulethu Sidinile

Tel: 011 369 0600

Fax: 011 886 4589

Email: [email protected]

F.1.6.3 Proposal

procedure

using the two

stage-system

The two-stage system will NOT be followed.

Page 11: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

11

F.2.1 Eligibility Only those tenderers who have in their employ management and supervisory staff

satisfying the requirements of the scope of work for labour intensive competencies for

supervisory and management staff are eligible to submit tenders.

F.2.7 Clarification

Meeting

The arrangements for a compulsory clarification meeting are as stated in the Tender

Notice and Invitation to Tender.

Tenderers must sign the attendance register in the name of the tendering entity.

Addenda will be issued only to, and tenders will be received only from those

tendering entities appearing on the attendance list.

F.2.12 Alternative

tender offers No alternative tender offers will be considered.

F.2.13.2 Returnable

Documents

All returnable documents to the employer as defined in F.1.2 of the Tender Data shall

be returned in legible writing in non-erasable ink.

F.2.13.3 Number of

copies of

tender offers

to be

submitted to

the Employer

Parts of each tender offer communicated on paper shall be submitted as an original,

plus two (2) copies.

F.2.13.5

F.2.15.1

Sealing and

Delivery of

tender offers

The Employer’s details and address for delivery of tender offers and identification

details that are to be shown on each tender offer package are:

Location of tender box: Reception Desk of the Johannesburg Development

Agency

Physical address: The Bus Factory

3 Helen Joseph (formerly President) Street

Newtown

Johannesburg

Identification details: Contract No. JDA-WP 15N-02

Title of Tender TURNKEY IMPLEMENTATION OF THE ITS

REDUNDANCY LOOP

Tender closing date: 20 May 2019

Tender closing time: 12h00

F.2.13.9 Telephonic Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

F.2.15 Closing time

of tender

offers

The closing time for submission of tender offers is as stated in the Tender Notice and

Invitation to Tender.

F.2.16.1 Tender offer

validity

The tender offer validity period is 90 days.

Page 12: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

12

F.2.16.3 “Should a tenderer amend or withdraw his or her tender after the closing date and

time, but prior to him or her being notified of the acceptance thereof, or should a

tenderer after having been notified that his or her tender has been accepted –

1. give notice of his or her inability to execute the Contract in accordance with

his or her tender; or

2. fail to sign a contract within the period stipulated in the tender requirements or

any extended period determined by the employer; or

3. fail to execute the Contract.

he or she shall pay all additional expenses which the employer has to incur in inviting

new tenders and pay the difference between his or her tender and any less favourable

tender accepted, as well as any consequential loss which may arise as a result of

his/her non-fulfilment of his/her obligations: Provided that the employer may exempt a

tenderer from the provisions of this sub-regulation if he is of the opinion that such non-

performance is justifiable.

When during the above-mentioned circumstances it is not deemed expedient to invite

new tenders, the employer may entertain a recommendation for acceptance of a

tender from those already received.”

F2.17 Clarification

of tender after

submission

“The tenderer is to provide clarification with regards to a request for clarification from

the employer, within 48 hours of the employer making the request, failing which, the

tender offer will be considered non-responsive.”

F2.18 Provide Other

Material

The tenderer shall, when requested by the Employer to do so, submit the names of all

management and supervisory staff that will be employed to supervise the labour-

intensive portion of the works together with satisfactory evidence that such staff

members satisfy the eligibility requirements.

F.2.20 Letter of

Intent

The tenderer is required to submit with his tender a letter of intent from an approved

financial institution undertaking to provide the Construction Guarantee in the format

included in Part C1.3 of this procurement document.

F.2.23 Certificates The tenderer is required to submit inter alia with his tender:

1. A copy of tax compliance status letter issued by the South African Revenue

Services. No award to a bidder whose tax matters are not in order.

2. An original and valid certified B-BBEE status level verification certificate or a

certified copy thereof, substantiating the bidding entity’s B-BBEE rating. Only

certificates issued by verification agencies accredited by the South African

Accreditation System (SANAS), or by registered auditors approved by the

Independent Regulatory Board of Auditors (IRBA) will be accepted. Failure to

submit as required will result in the bidder scoring zero (0) points for B-BBEE.

3. Copies of legal registration documents of company /close

corporations/partnership, including certified copies of Identity Documents

4. Joint Venture Agreement and Power of Attorney for Joint Ventures with the

Enterprise.

5. Workmen’s Compensation Registration Certificate (or proof of payment of

Page 13: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

13

contributions in terms of the Compensation for Occupational Injuries and

Diseases Act No. 130 of 1993).

6. Documents and Schedules listed in Part T2.

F.3.4 Opening of

tender

submissions

Tender will be opened immediately after the closing time for tenders at 12h00 on 20

May 2019.

F.3.11.2 Evaluation of

Tender Offers Tenders will be evaluated, first in terms of Functionality and thereafter in

respect of Price and the Revised Preferential Procurement Regulations as

follows:

- In the case of acquisition of services, works or goods up to a Rand value equal to or above R30 000 and up to R50 million:

80 points are assigned to Price; and

20 points are assigned to Preference.

- In the case of acquisition of services, works or goods with a Rand value above R50 million:

90 points are assigned to Price; and

10 points are assigned to Preference.

Evaluation Criteria: The minimum points for implementation of the project 80 out of a possible 100.

Variables Total

Points Criteria

Description of criteria

Points Allocated Points

Specific Company Experience and Track

10

Five and Above projects completed

Points will only be allocated for similar

10

Variables Total

Points Criteria

Description of criteria

Points Allocated Points

General Company Experience

20

Project < R 5 million

Points will only be allocated for one project completed in the past five years. The Tenderer must attach a completion certificate or a reference letter to be awarded points

5

Project > R 5 million and up to R 10 million

10

Project > R 10 million and up to R 15 million.

15

Project > R 15 million

20

Page 14: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

14

record. Three to Four projects completed

projects (Ref to section C3.1.2.2 for extent of works) completed in the past five years. The Tenderer must attach completion certificates or reference letters to be awarded points. The letters must be from the responsible project manager or client body.

5

One to Two projects completed

2

Variables Total

Points Experience

Description of criteria

Max Points

Allocated Points

Experience of proposed key personnel.

40

Project Lead

The Tenderer shall submit a CV (no longer than 4 pages) with details of qualifications, projects worked on and company history the individual worked for. Project reference information to include: 8

o Projec

t name;

< 10 years’ experience (Points = 3);

o Projec

t size in terms of scale and value;

11 – 14 years (Points = 5); or

o Client

it was undertaken for;

15 years and above (Points =

o Positio

n in team;

Page 15: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

15

8)

o Refere

nce and contact details

Site Supervisor o Year(s

) the project undertaken

8

< 8 years (Points = 3);

9 – 11 years (Points = 5); or

12 years and above (Points = 8)

Fibre Planner

8

< 8 years (Points = 3);

9 – 11 years (Points = 5); or

12 years and above (Points = 8)

Certified Optical Fibre Technician

8

< 8 years (Points = 3);

8 – 11 years (Points = 5); or

12 years and above (Points = 8)

Page 16: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

16

Variables Total

Points Criteria Max Points

Allocated Points

Approach & Methodology. The write up should include the following:

12

- Scope definition (1); - Design and

implementation planning and procedures (2);

- Work Breakdown Structure (1);

- Quality Management Plan (2);

- Resource Management Plan (2);

- Risk Management Plan (2);

- Stakeholder Management Plan (2).

The project programme is done in detail clearly showing how the Tenderer will meet deadlines. The programme should: - Be a Microsoft® Projects

Schedule with 3 levels (4)

- Must have linked relationships between activities (2);

- Resources to be shown on programme (2).

8

Total 100 0

1. POINTS AWARDED FOR B-BBEE STATUS LEVEL EVALUATED

The points allocated to a tenderer will be in accordance with the Preferential

Procurement Regulations, 2017 published in Government Gazette No. 40553 dated

20 January 2017.

In the case of acquisition of services, works or goods up to a Rand value equal to or above R30 000 and up to R50 million: • 80 points are assigned to Price; and • 20 points are assigned to Preference.

Page 17: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

17

The following table is applicable:

B-BBEE Status Level Of Contributor

Number of Points

Tenders up to R50 million

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-Compliant contributor 0

In the case of acquisition of services, works or goods with a Rand value above R50 million: • 90 points are assigned to Price; and • 10 points are assigned to Preference.

The following table is applicable:

B-BBEE Status Level Of Contributor

Number of Points

Tenders above R50 million

1 10

2 9

3 6

4 5

5 4

6 3

7 2

8 1

Non-Compliant contributor 0

Notes:

(a) “B-BBEE status level of contributor” means the B-BBEE status received by a

measured entity based on its overall performance using the relevant scorecard

contained in the Codes of Good Practice on Black Economic Empowerment,

issued in terms of section 9(1) of the Broad-Based Black Economic

Empowerment Act (Act No.53 of 2003).

(b) Tenderers must submit their original and valid B-BBEE status level verification

certificate or a certified copy thereof, substantiating their B-BBEE rating.

Certificates issued by either verification agencies accredited by the South African

Accreditation System (SANAS) or by registered auditors approved by the

Independent Regulatory Board for Auditors (IRBA) are acceptable. The copy

must bear an original stamp. Failure to submit as required will result in the bidder

scoring zero (0) points for B-BBEE.

(c) Bidders with annual total revenue of R5 million or less qualify as Exempted and

must submit a certificate issued by a registered auditor, accounting officer or an

accredited verification agency.

(d) The submission of such certificates must comply with the requirements of

instructions and guidelines issued by the National Treasury and be in accordance

with notices published by the Department of Trade and Industry in the

Government Gazette.

Page 18: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

18

(e) A trust, consortium or joint venture will qualify for points for their

B-BBEE status level as a legal entity, provided that the entity submits their B-

BBEE status level certificate.

(f) A trust, consortium or joint venture will qualify for points for their

B-BBEE status level as an unincorporated entity, provided that the entity submits

their consolidated B-BBEE scorecard as if they were a group structure and that

such a consolidated B-BBEE scorecard is prepared for every separate tender.

(g) A person will not be awarded points for B-BBEE status level if it is indicated in

the tender documents that such a tenderer intends sub-contracting more than

25% of the value of the contract to any other enterprise that does not qualify for

at least the points that such a tenderer qualifies for.

(h) A person awarded a contract will not be permitted to sub-contract more than 25%

of the value of the contract to any other enterprise that does not have an equal or

higher B-BBEE status level than the person concerned.

2. TOTAL PREFERENCE POINTS EVALUATED

The total preference points for a tender are calculated with the formula:

The following formula will be used to calculate the points for price.

Ps = X [𝟏 – (𝑷𝒕 – 𝑷𝒎𝒊𝒏)

𝑷𝒎𝒊𝒏]

where:

Ps = points scored for comparative price of tender under consideration

Pt = comparative price of tender under consideration

Pmin = comparative price of lowest acceptable tender

X = points assigned to price

F.3.13

Acceptance

of tender

offer

The tenderer submits a copy of tax compliance status letter issued by the

South African Revenue Services. No tenderer will be awarded the Contract

should their tax matters are not in order with SARS;

The tenderer submits a letter of intent from an approved financial institution

undertaking to provide the Construction Guarantee in the format included in

Part C1.3 of this procurement document;

The tenderer is registered with the Construction Industry Development Board

in an appropriate contractor grading designation;

The tenderer or any of its directors/shareholders is not listed on the Register

of Tender Defaulters in terms of the Prevention and Combating of Corrupt

Activities Act of 2004 as a person prohibited from doing business with the

public sector;

The tenderer has not:

(i) abused the Employer’s Supply Chain Management System; or

(ii) failed to perform on any previous contract and has been given a written

notice to this effect;

The tenderer has completed the Declaration of Interest and there are no

conflicts of interest which may impact on the tenderer’s ability to perform the

contract in the best interests of the employer or potentially compromise the

tender process.

The tenderer is registered and in good standing with the compensation fund

or with a licensed compensation insurer;

Page 19: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

19

The employer is reasonably satisfied that the tenderer has, in terms of the

Construction Regulations, 2014, issued in terms of the Occupational Health

and Safety Act, 1993, the necessary competencies and resources to carry out

the work safely.

The tendering entity or the directors/partners of the tendering entity are in

good standing with the local authority/municipality

No award will be made to a service provider who is not registered with the

National Treasury Central Supplier Database

BIDDERS WILL BE DISQUALIFIED FOR:

FAILURE TO COMPLETE AND SIGN THE OFFER PAGE.

FAILURE TO ATTEND THE COMPULSORY BRIEFING SESSION.

COMPLETING TENDER DOCUMENT IN PENCIL

IF ANY OF ITS DIRECTORS ARE LISTED ON THE REGISTER OF DEFAULTERS

IN THE CASE OF A BIDDER WHO DURING THE LAST FIVE YEARS HAS BEEN TERMINATED ON PREVIOUS CONTRACTS WITH THE JDA;

FAILURE TO DULY COMPLETE FORM B WHERE REQUIRED THAT INCLUDES FOR ANY ADDENDA THAT MAY HAVE A MATERIAL EFFECT ON THE PRICING OF THE TENDER

FAILURE TO COMPLY WITH ANY OTHER REQUIREMENTS THAT

ARE LISTED IN THE TENDER DOCUMENT.

F.3.17 Number of

Paper Copies

The number of paper copies of the signed contract to be provided by the employer is

one (1).

Page 20: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

20

PART T2: RETURNABLE DOCUMENTS

Page 21: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.1: List of Returnable Schedules and Documents

21

PART T2: RETURNABLE DOCUMENTS

T2.1 LIST OF RETURNABLE DOCUMENTS

T2.1.1 Returnable Schedules required for tender evaluation purposes The tenderer must complete the following returnable schedules:

Declaration of Interest [Form A]

Record of Addenda to Tender Documents [Form B]

Schedule of Recently Completed Contracts [Form C]

Schedule of Current Contracts [Form D]

Schedule of Construction Plant and Equipment [Form E]

Schedule of Proposed Subcontractors [Form F]

Schedule of Proposed Key Personnel [Form G]

Banking Details [Form H]

Proposed Amendments and Qualifications (if any) [Form I]

Certificate of Authority for a Joint Venture (if applicable) [Form J]

MBD 9: Certificate of Independent Bid Determination [Form K]

Particulars of any contracts awarded by an organ of state during the last 5 years [Form L]

Estimated Monthly Expenditure [Form M]

Fulfilment of the Construction Regulations [Form N]

Questionnaire on tenderer’s procedures with respect to OHSA and Construction Regulations [Form O]

Business Declaration [Form P]

MBD 5: Declaration for Procurement above R10 million (VAT included) [Form Q]

MBD 8: Declaration of bidder’s past supply chain management plan Practices [Form R]

SMME Plan [Form S]

Authority to Sign Tender [Form T]

Bill of Quantities

T2.1.2 Returnable Documents required for tender evaluation purposes

The tenderer must return the following returnable documents:

A copy of tax compliance status letter issued by the South African Revenue Services

Original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating the B-BBEE rating

Certified Copy of current Municipal Account in the name of the Tenderer or alternatively in the names of the Directors/Partners of the tendering entity

Authority to sign Tender

Proposed Project Organisational Chart

Curricula Vitae of Key Project Personnel

Methodology Statement

Preliminary Construction Programme

Labour and Plant Histograms

Letter of Intent from a Financial Institution to provide a Construction Guarantee in accordance with the GCC pro-forma (refer C1.3)

Audited Financial Statements for past 3 years

Joint Venture Agreement (if applicable)

SMME Plan

Page 22: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.1: List of Returnable Schedules and Documents

22

T2.1.4 Returnable Documents required for tender evaluation purposes in pricing stage

The tenderer must return the following returnable documents:

Form of Offer and Acceptance

Contract Data

Bills of Quantities

Occupational Health and Safety Agreement (C1.4)

Agreement in terms of Section 37(2) of the Occupational Health and Safety Act No 85 of 1993 (C1.5)

Page 23: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

23

T2.2 RETURNABLE SCHEDULES AND DOCUMENTS

T2.2.1 Returnable Schedules and Documents

Form A: Declaration of Interest

Form B: Record of Addenda to Tender Documents

Form C: Schedule of Recently Completed Contracts

Form D: Schedule of Current Contracts

Form E: Schedule of Construction Plant and Equipment

Form F: Schedule of Proposed Subcontractors

Form G: Schedule of Proposed Key Personnel

Form H: Banking Details

Form I: Proposed Amendments and Qualifications (if any)

Form J: Certificate of Authority for a Joint Venture (if applicable)

Form K: MBD9 Certificate of Independent Bid Determination

Form L: Particulars of any contracts awarded by an organ of state during the last 5 years

Form M: Estimated Monthly Expenditure

Form N: Fulfilment of the Construction Regulations

Form O: Questionnaire on tenderer’s procedures with respect to OHSA and Construction

Regulations

Form P: Business Declaration

Form Q: MBD 5: Declaration for Procurement above R10 million (VAT included)

Form R: MBD 8: Declaration of bidder’s past supply chain management plan practices

Form S: SMME Plan

Form T: Authority to Sign Tender

Bill of Quantities

Page 24: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

24

FORM A: DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state¹. 2. Any person, having a kinship with persons in the service of the state, including a blood

relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

3 In order to give effect to the above, the following questionnaire must be completed and submitted

with the bid.

3.1 Full Name of bidder or his or her representative: ……………………………………………. 3.2 Identity Number: ………………………………………………………………………………… 3.3 Position occupied in the Company (director, trustee, shareholder²): ………………………

3.4 Company Registration Number: ……………………………………………………………….. 3.5 Tax Reference Number: ………………………………………………………………………… 3.6 VAT Registration Number: ……………………………………………………………………… 3.7 The names of all directors / trustees / shareholders members, their individual identity

numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO

3.8.1 If yes, furnish particulars.….……………………………………………………………

……………………………………………………………………………………………..

3.9 Have you been in the service of the state for the past twelve months? YES / NO

3.9.1 If yes, furnish particulars:……………………...………………………………….

…………………………………………………………………………………………….….

3.10 Do you have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid?

YES / NO

3.10.1 If yes, furnish particulars: …………………………………………………………… …………………………………………………………………………………………………

3.11 Are you aware of any relationship (family, friend, other) between any other bidder and any

persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? YES / NO

3.11.1 If yes, furnish particulars ……………………………………………………………..

…………………………………………………………………………………………………

Page 25: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

25

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or

stakeholders in service of the state? YES / NO 3.12.1 If yes, furnish particulars …………………………………………………………...

…………………………………………………………………………………………………

3.13 Are any spouse, child or parent of the company’s director’s trustees, managers, principle

shareholders or stakeholders in service of the state? YES / NO

3.13.1 If yes, furnish particulars …………………………………………………………….. …………………………………………………………………………………………………

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract? YES / NO

3.14.1 If yes, furnish particulars: ……………………………………………………………

…………………………………………………………………………………………………

Page 26: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

26

4. Full details of directors / trustees / members / shareholders:

Full Name Identity Number State Employee Number

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………………………………………………………………...…………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

…………………………………………………….. …………………………………………………… Signature Position

……………………………………………………. ……………………………………………………. Name of Bidder Date 1 MSCM Regulations: “in the service of the state” means to be –

(a) A member of – (i) Any municipal council; (ii) Any provincial legislature; or (iii)The national Assembly or the national Council of provinces;

(b) A member of the board of directors of any municipal entity; (c) An official of any municipality or municipal entity; (d) An employee of any national or provincial department, national or provincial public entity or

constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);

(e) A member of the accounting authority of any national or provincial public entity; or (f) An employee of Parliament or a provincial legislature.

2 “Stakeholder’ means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company.

Page 27: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

27

FORM B: RECORD OF ADDENDA TO TENDER DOCUMENTS

We confirm that the following communications received from the Employer’s Representative before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:

Date Title or Details

1

2

3

4

5

6

7

8

9

10

SIGNATURE: ................................................ DATE: ........................................................ (of person authorised to sign on behalf of the Tenderer)

Page 28: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

28

FORM C: SCHEDULE OF RECENTLY COMPLETED CONTRACTS

The Tenderer shall list below the last five roads construction contracts of a similar nature awarded to the Tenderer. This information is material to the award of the Contract.

(In the event of insufficient space, attach supplementary documentation)

EMPLOYER (Name, Tel No. and Fax No.)

CONSULTING ENGINEER (Name, Tel No. and Fax No.)

NATURE OF WORK VALUE OF

WORK YEAR OF

COMPLETION

SIGNATURE: ................................................ DATE: ........................................................ (of person authorised to sign on behalf of the Tenderer)

Page 29: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

29

FORM D: SCHEDULE OF CURRENT CONTRACTS

The Tenderer shall list below the contracts not yet completed. This information is material to the award of the Contract.

(In the event of insufficient space, attach supplementary documentation)

EMPLOYER (Name, Tel No. and Fax No.)

LOCATION NATURE OF WORK VALUE OF

WORK

EXPECTED DATE OF

COMPLETION

SIGNATURE: ................................................ DATE: ........................................................

(of person authorised to sign on behalf of the Tenderer)

Page 30: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

30

FORM E: SCHEDULE OF CONSTRUCTION PLANT & EQUIPMENT

The following are lists of construction plant and equipment that I/we presently own or lease and will have available for this contract if my/our tender is accepted.

(a) Details of equipment that is owned by me/us and immediately available for this contract.

DESCRIPTION QUANTITY YEAR ACQUIRED

(Attach additional pages if more space is required)

(b) Details of plant and equipment that will be hired, or acquired for this contract if my/our tender is accepted.

DESCRIPTION (type, size, capacity etc.) QUANTITY

HOW ACQUIRED

HIRE/ BUY SOURCE

(Attach additional pages if more space is required)

SIGNATURE: ................................................ DATE: ........................................................

(of person authorised to sign on behalf of the Tenderer

Page 31: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No. JDA-WP 15N-02

JDA GCC Page 31 of 130

FORM F: Schedule of Proposed Sub-Contractors

I/We hereby notify you that it is my/our intention to employ the following Sub-Contractors for work in this contract.

NAMES AND ADDRESSES OF

PROPOSED SUBCONTRACTORS

NATURE AND EXTENT OF WORK TO BE

SUBCONTRACTED

PREVIOUS EXPERIENCE WITH SUBCONTRACTOR

OR RECENT WORK EXECUTED BY THE SUB-

CONTRACTOR

.................................................................... ........................................................... SIGNATURE DATE (Of person authorised to sign on behalf of the Tenderer)

Page 32: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No. JDA-WP 15N-02

JDA GCC Page 32 of 130

FORM G: PROPOSED KEY PERSONNEL The Tenderer shall list below the key personnel whom he proposes to employ on the contract should his offer be accepted, both at his headquarters and on the site, together with their qualifications, experience and positions held.

LOCATION DESIGNATION NAME AND NATIONALITY OF

PROPOSED CANDIDATE SUMMARY OF QUALIFICATIONS &

EXPERIENCE

HEAD OFFICE Project Lead

SITE OFFICE AND WORKS

Site Supervisor

Fibre Planner

Certified Optical Fibre Technician

Page 33: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

33

LOCATION DESIGNATION NAME AND NATIONALITY OF

PROPOSED CANDIDATE SUMMARY OF KEY QUALIFICATIONS

& EXPERIENCE

OTHER PROPOSED KEY

PERSONNEL (By Contractor)

NOTE: Detailed Curriculum Vitae of proposed candidates are to be separately provided SIGNATURE: ..............................................…………..... DATE: ............................. (of person authorised to sign on behalf of the Tenderer)

Page 34: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

JDA GCC Page 34 of 130

FORM H: BANKING DETAILS

I/We hereby authorise the Employer to approach the following bank for the purposes of obtaining a financial reference:

DESCRIPTION OF BANK DETAIL

BANK DETAILS APPLICABLE TO TENDERER’S HEAD OFFICE

Name of Bank

Branch Name

Branch Code

Street Address

Postal Address

Name of Manager

Telephone Number

Fax Number

Account Number

SIGNATURE: ..............................................…………..... DATE: ..................................... (of person authorised to sign on behalf of the Tenderer)

Page 35: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

JDA GCC Page 35 of 130

FORM I: PROPOSED AMENDMENTS AND QUALIFICATIONS (IF ANY)

Proposed amendments and qualifications

The Tenderer should record any deviations or qualifications he may wish to make to the tender documents in this Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his tender and reference such letter in this schedule. The Tenderer’s attention is drawn to clause F.3.8 of the Standard Conditions of Tender referenced in the Tender Data regarding the employer’s handling of material deviations and qualifications.

Page Clause or

Item Proposal

SIGNATURE: ..............................................…………..... DATE: ..................................... (of person authorised to sign on behalf of the Tenderer)

Page 36: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No. JDA-WP 15N-02

JDA GCC Page 36 of 130

FORM J: Certificate of Authority for Joint Venture (if applicable) This Returnable Schedule is to be completed by joint ventures. We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise Mr/Ms .....................................................................,

authorised signatory of the company ......................................................................................................................................................................, acting in

the capacity of lead partner, to sign all documents in connection with the tender offer and any contract resulting from it on our behalf.

NAME OF FIRM PERCENTAGE

PARTICIPATION ADDRESS DULY AUTHORISED SIGNATORY

Lead Partner

Signature:

Name:

CIDB registration no: ........................................... Designation:

Partner

Signature:

Name:

CIDB registration no: ...........................................

Designation:

Partner

Signature:

Name:

CIDB registration no: ............................................

Designation:

SIGNATURE: ..............................................…………..... DATE: ............................................... (Of person authorised to sign on behalf of the Tenderer)

Page 37: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

JDA GCC Page 37 of 130

FORM K: MBD9: CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP REA VAYA BUS RAPID TRANSPORT (BRT) SYSTEM

PHASE 1C PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE

OPTICAL FIBRE NETWORK WORK PACKAGE: 15N

CONTRACT No.: JDA-WP 15N-02

In response to the invitation for the bid made by:

JOHANNESBURG DEVELOPMENT AGENCY Do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: __________________________________________________that:

(Name of Bidder) 1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be

true and complete in every respect;

3. I am authorised by the bidder to sign this Certificate, and to submit the accompanying bid, on

behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the

bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word

“competitor” shall include any individual or organisation, other than the bidder, whether or not

affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications,

abilities or experience; and

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However, communication

between partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no

consultation, communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

Page 38: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

38

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements

with any competitor regarding the quality, quantity, specifications and conditions or delivery

particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder,

directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of

the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any

restrictive practices related to bids and contracts, bids that are suspicious will be reported to the

Competition Commission for investigation and possible imposition of administrative penalties in

terms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the National

Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting

business with the public sector for a period not exceeding ten (10) years in terms of the

Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable

legislation.

………………………………………………… …………………………………………...

Signature Date

…………………………………………………. ……………………………………………

Position Name of Bidder

Page 39: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

JDA GCC Page 39 of 130

FORM L: PARTICULARS OF CONTRACTS AWARDED BY AN ORGAN OF STATE DURING THE LAST 5 YEARS

(In the event of insufficient space, attach supplementary documentation)

EMPLOYER CONSULTING ENGINEER NATURE OF WORK VALUE OF

WORK YEAR OF

COMPLETION

Page 40: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

40

SIGNATURE: ................................................ DATE: ........................................................ (of person authorised to sign on behalf of the Tenderer) _________________________________________________________________________________________________________________ Organ of state means: -

(a) a national or provincial department:

(b) a municipality;

(c) a constitutional institution defined in the Public Finance Management Act, 1999 (Act No. 1 of 1999);

(d) Parliament;

(e) a provincial legislature;

(f) any other institution or category of institutions included in the definition of “organ of state” in section 239 of the Constitution and recognised by the

Minister by notice in the Government Gazette as an institution or category of institutions to which this Act applies.

Page 41: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02

JDA GCC Page 41 of 130

FORM M: Estimated Monthly Expenditure The Tenderer shall state below the estimated value of work to be completed every month based on his preliminary programme and his tendered unit rates. * THE AMOUNTS FOR CONTINGENCIES AND CONTRACT PRICE ADJUSTMENT MUST NOT BE INCLUDED.

MONTH VALUE *

1 R ............................................................. ...................................

2 R ............................................................. ...................................

3 R ............................................................. ...................................

4 R ............................................................. ...................................

5 R ............................................................. ...................................

6 R ............................................................. ...................................

7 R ............................................................. ...................................

8 R ............................................................. ...................................

9 R ............................................................. ...................................

10 R ............................................................. ...................................

11 COMPLETION OF CONTRACT

TOTAL R ............................................................. ...................................

.................................................................... ........................................................... SIGNATURE DATE (of person authorised to sign on behalf of the Tenderer)

Page 42: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02

JDA GCC Page 42 of 130

FORM N: FULFILMENT OF THE CONSTRUCTION REGULATIONS, 2014

In terms of regulation 5 of the Construction Regulations, 2014 (hereinafter referred to as the Regulations), promulgated on 7 February 2014 in terms of Section 43 of the Occupational Health and Safety Act, 1993 (Act No. 85 of 1993) prior to appointing a Principal Contractor in accordance with CR 5(1)(k), the Employer must:

CR5(1)(g)- Ensure that potential Principal Contractors submitting tenders have made adequate provision for the cost of health and safety measures and;

CR5(1)(h)- Ensure that the Principal Contractor to be appointed has the necessary competencies and resources to carry out the construction safely

The Client shall not appoint a contractor to perform construction work unless the Contractor can satisfy the Employer that his/her firm has the necessary competencies and resources to carry out the work safely and has allowed adequately in his/her tender for the due fulfilment of all the applicable requirements of the Act and the Regulations. 1. I confirm that I am fully conversant with the Regulations and that my company has (or will

acquire/procure) the necessary competencies and resources to timeously, safely and successfully comply with all of the requirements of the Regulations.

2. Proposed approach to achieve compliance with the Regulations

Own resources, competent in terms of the Regulations (refer to 3 below)

Own resources, still to be hired and/or trained (until competency is achieved)

Specialist subcontract resources (competent) - specify:

...........................................................................................................................

...........................................................................................................................

3. Provide details of proposed key persons, competent in terms of the Regulations, who will form part of the Contract team as specified in the Regulations (CVs to be attached):

...................................................................................................................................... ...........

.................................................................................................................................................

.................................................................................................................................................

.................................................................................................................................................

4. Provide details of proposed training (if any) that will be undergone:

.................................................................................................................................................

.................................................................................................................................................

.................................................................................................................................................

.................................................................................................................................................

YES

NO

(Tick)

(Tick)

Page 43: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

43

5. Potential key risks identified and measures for addressing risks:

.................................................................................................................................................

.................................................................................................................................................

.................................................................................................................................................

.................................................................................................................................................

6. I have fully included in my tendered rates and prices (in the appropriate payment items provided in the Schedule of Quantities) for all resources, actions, training and any other costs required for the due fulfilment of the Regulations for the duration of the construction and defects repair period.

.................................................................... ........................................................... SIGNATURE DATE (of person authorised to sign on behalf of the Tenderer)

YES

NO

(Tick)

Page 44: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

44

FORM O: QUESTIONNAIRE ON TENDERER’S PROCEDURES WITH RESPECT TO THE OCCUPATIONAL HEALTH AND SAFETY ACT (OHS ACT) AND CONSTRUCTION REGULATIONS

1. Name of the employee to be appointed as Construction Manager [Construction Regulation 8(1)]

......................................................................................................................................................

2. Name of the employee to be appointed as Construction Supervisor [Construction Regulation 8(7)]

......................................................................................................................................................

3. Names of the competent employees to assist the Construction Supervisor [Construction

Regulation 8(8)]

......................................................................................................................................................

................................................................................................................................................

4. Name of the person to be appointed to conduct base line and ongoing risk assessments

[Construction Regulation 9(1)]

......................................................................................................................................................

5. Name of competent person to be appointed as occupational health and safety officer

[Construction Regulation 8(6)]

......................................................................................................................................................

6. Will the employees to be appointed on the project be in possession of proof of health and safety

induction training that will address the project specific risks and exposures [Construction

Regulation 9(1)(a)] Yes / No

If no, what are the tenderer’s proposals for such training? ......................................................

................................................................................................................................................

7. Are the tenderer’s tools, plant and equipment tested and inspected regularly i.e. daily for vehicles

and equipment and at least weekly for other tools and hand tools in terms of safety compliance?

Yes/No

If no, what are the tenderer’s proposals for such testing? ........................................................

8. Will a dedicated supervisor be designated to manage the process to test and inspect all tools,

plant and equipment? Yes/No

Page 45: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

45

If no, what are the tenderer’s proposals for such designation? ...................................................

................................................................................................................................................

9. What other measures will the tenderer take to comply with the OHS ACT and the Construction

Regulations? Yes/No

If no, what are the tenderer’s proposals to comply with this requirement? ..................................

......................................................................................................................................................

......................................................................................................................................................

10. Is the tenderer registered and in good standing with the Compensation Commissioner or duly

approved compensation insurer? Yes/No

SIGNATURE: ..............................................…………..... ............ DATE: ................................... (of person authorised to sign on behalf of the Tenderer)

Page 46: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

46

FORM P: BUSINESS DECLARATION

Tender/RFP Number : ……………….………………………………...................................…….

Tender/RFP Description : …………………………………………….......................…………………

Name of Company : …………………..................………………………………………………..

Postal Address : ……………...............…..….………………………………………………..

: ……………..…………...............………………………………….............

Physical Address : ……………………………………………...............……………...............

…………………………………...............………………………................

Telephone : ……………………………...............……………………………...............

Fax : ……………………………...............……………………………................

Contact Person : ………………………...............…………………………….......................

Cell Phone Number : ...............................................................................................................

E-Mail Address : ...............................................................................................................

Company/enterprise Income

Tax Reference Number ** : …………………...............……………………………................................

(Insert personal income tax number if a one-person business and personal income tax numbers of all

partners if a partnership)

VAT Registration Number : ……………..………...............……………………………............................

Company Registration Number: …………………………...................………………………………….........

1. Type of Firm (tick one box):

Partnership

One person business/sole trader

Close corporation

Public company

Private company

2. Principal Business Activities

…………………………………………...………………………………………………….......………………..

………………………………….……………………………………….……………………….......……………

………………………………………………………………………………………………….......……………..

3. Total number of years firm has been in business: …………..........…..………………..........……………

4. Detail all trade associations/professional bodies in which you have membership: …………………………………………...…………………………………………………………........................

………………………………….……………………………………….…………………….....…………………….

Page 47: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

47

5. Did the firm exist under a previous name? (tick one box) Yes No

If yes, what was its previous name? …………………..………..........………………………………………. 6. How many permanent staff members are employed by the firm?

Full Time: …………………….

Part Time: …………………….

7. What is the enterprise’s latest annual turnover (excl. VAT): R…………….....................………............. 8. List the personnel or firms who provide the following services:

SERVICE NAME CONTACT PERSON TELEPHONE

ACCOUNTING

LEGAL

AUDITING

BANKING

INSURANCE

Page 48: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

48

BANK DETAILS I/We hereby request and authorise you to pay any amounts which may accrue to me/us to the credit of my/our account with the mentioned bank. I/We understand that the credit transfers hereby authorized will be processed by computer through a system known as the “ACB Electronic Fund Transfer Service” and I/We also understand that no additional advice of payment will be provided by my/our bank, but details of each payment will be printed on my/our bank statement or any accompanying voucher. This authority may be cancelled by me/us giving 30 days’ notice in writing. BANK: ………………………………………………………………...........................................………… BRANCH: ………………………………………………………….........................................………….. BRANCH CODE: …………………………………………….........................................………………. ACCOUNT NUMBER: …..………………………………............................................………………… ACCOUNT HOLDER: …………………………………........................................……………………. TYPE OF ACCOUNT: …………………………………........................................…………………….

PLEASE INCLUDE ORIGINAL SIGNED AND STAMPED LETTER FROM THE BANK CONFIRMING THE COMPANY’S BANKING DETAILS, PHOTOSTAT COPIES AND LETTERS BEARING

ELECTRONIC SIGNATURES WILL NOT BE ACCEPTABLE. The undersigned, who warrants that he/she is duly authorised to do so on behalf of the company, affirms that the information furnished in response to this request for proposal is true and correct: SIGNATURE :………………………………………………………………………...………………..

NAME IN FULL :……………………………………………………………………..……………………

CAPACITY : ……………………………………………………………..………….……………….

DULY AUTHORISED TO SIGN ON BEHALF OF: …………………………………………....................

DATE : …………………………………………………………………...…………………….

Page 49: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

49

FORM Q: MBD 5

DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (VAT INCLUDED)

For all procurement expected to exceed R10 million (VAT included), bidders must complete the following questionnaire: 1. Are you, by law, required to prepare annual financial statements for auditing?

YES / NO 1.1 If yes, submit audited annual financial statements for the past three years or since the date of

establishment if established during the past three years. …………………………………………………………………………………………..……………… …………………………………………………………………………….……………………………. 2. Do you have any outstanding undisputed commitments for municipal services towards a

municipality or any other service provider in respect of which payment is overdue for more than 30 days?

YES / NO 2.1 If no, this serves to certify that the bidder has no undisputed commitments for municipal services

towards a municipality or other service provider in respect of which payment is overdue for more than 30 days.

2.2 If yes, provide particulars. …………………………………………………………………………………………..……………… …………………………………………………………………………….……………………………. ………………………………………………………………………….………………………………. ………………………………………………………………………………………………………….. 3. Has any contract been awarded to you by an organ of state during the past five years, including

particulars of any material non-compliance or dispute concerning the execution of such contract?

YES / NO 3.1 If yes, provide particulars. …………………………………………………………………………………………..……………… …………………………………………………………………………….……………………………. ………………………………………………………………………….………………………………. ………………………………………………………………………………………………………….. 4. Will any portion of goods or services be sourced from outside YES / NO the Republic, and, if so,

what portion and whether any portion of payment from the municipality / municipal entity is expected to be transferred out of the Republic?

YES / NO

Page 50: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

50

4.1 If yes, provide particulars. …………………………………………………………………………………………..……………… …………………………………………………………………………….……………………………. ………………………………………………………………………….………………………………. ………………………………………………………………………………………………………….. CERTIFICATION I, THE UNDERSIGNED (NAME) …………………………………………………………………..………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ……………………………………………………….. Signature

……………………………………………………….. Date

……………………………………………………….. Position

……………………………………………………….. Name of Bidder

Page 51: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

51

FORM R: MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that

when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be rejected if that bidder, or any of its directors have:

a. abused the municipality’s / municipal entity’s supply chain management system or committed any improper conduct in relation to such system;

b. been convicted for fraud or corruption during the past five years; c. wilfully neglected, reneged on or failed to comply with any government, municipal or other

public-sector contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention

and Combating of Corrupt Activities Act (No 12 of 2004).

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1

Is the bidder or any of its directors listed on the National Treasury’s database as a company or person prohibited from doing business with the public sector? (Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).

Yes

No

4.1.1

If so, furnish particulars:

4.2

Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? (To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445).

Yes

No

4.2.1

If so, furnish particulars:

4.3

Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

Page 52: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

52

Item Question Yes No

4.3.1

If so, furnish particulars:

4.4

Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes

No

4.4.1

If so, furnish particulars:

4.5

Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.7.1

If so, furnish particulars:

CERTIFICATION I, THE UNDERSIGNED (NAME) …………………………………………………………..………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………………………….. Signature

………………………………………………….. Date

………………………………………………….. Position

………………………………………………….. Name of Bidder

Page 53: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T2.2: Returnable Schedules and Documents

53

FORM S: SMME PLAN

The tenderer shall attach to this page a detailed SMME plan indicated how the SMME requirements will be achieved, as detailed in part C3: Scope of Works. ………………………………….. …………………………………….. SIGNATURE DATE (of person authorised to sign on behalf of the Tenderer)

Page 54: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1: Agreement and Contract Data

JDA GCC Page 54 of 130

PART C1: AGREEMENT AND CONTRACT DATA

Page 55: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.1: Form of Offer and Acceptance

JDA GCC Page 55 of 130

PART C1: AGREEMENT AND CONTRACT DATA

C1.1 FORM OF OFFER AND ACCEPTANCE

OFFER

The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract in respect of the following works:

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP

REA VAYA BUS RAPID TRANSPORT (BRT) SYSTEM: PHASE 1C

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE

OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

CONTRACT NO. JDA-WP 15N-02

The tenderer, identified in the Offer signature block, has examined the documents listed in the Tender Data and addenda thereto as listed in the Returnable Schedules, and by submitting this Offer has accepted the Conditions of Tender.

By the representative of the tenderer, deemed to be duly authorised, signing this part of this Form of Offer and Acceptance the tenderer offers to perform all of the obligations and liabilities of the Contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the Contract Data.

THE OFFERED TOTAL OF THE PRICES EXCLUSIVE OF VALUE ADDED TAX IS: ………………………………………………………………………….................……………………………… ……………………………….Rand (in words); R………………….............................………….(in figures)

This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document including the Schedule of Deviations (if any) to the Tenderer before the end of the period of validity stated in the Tender Data, or other period as agreed, whereupon the Tenderer becomes the party named as the Contractor in the conditions of contract identified in the Contract Data.

TENDERER: WITNESS: ____________________________________ _____________________________________ Signature Signature

____________________________________ _____________________________________ Name Name

____________________________________ _____________________________________ Capacity Capacity

____________________________________ _____________________________________ Date Date

NAME AND ADDRESS OF ORGANISATION: ________________________________________________ ________________________________________________ ________________________________________________

Page 56: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.1: Form of Offer and Acceptance

56

ACCEPTANCE

By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the Tenderer’s Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the Conditions of Contract identified in the Contract Data. Acceptance of the Tenderer’s Offer shall form an agreement between the Employer and the Tenderer upon the terms and conditions contained in this agreement and in the Contract that is the subject of this agreement.

The terms of the contract, are contained in:

Part C1 Agreements and Contract Data, which includes this Agreement

Part C2 Pricing Data

Part C3 Scope of Work

Part C4 Site Information

Part C5 Specification

and documents (or parts thereof), which may be incorporated by reference into the above listed Parts 1 to 4 above.

Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Returnable Schedules as well as any changes to the terms of the Offer agreed by the Tenderer and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Agreement. No amendments to or deviations from said documents are valid unless contained in this Schedule, which must be duly signed by the authorised representative(s) of both parties.

The Tenderer shall within fourteen days of receiving a completed copy of this Agreement, including the Schedule of Deviations (if any), contact the Engineer (whose details are given in the Contract Data) to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the Conditions of Contract identified in the Contract Data at, or just after, the date this Agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this Agreement.

Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one fully completed copy of this document, including the Schedule of Deviations (if any). Unless the Tenderer (now Contractor) within five working days of the date of such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this Agreement, this Agreement shall constitute a binding contract between the Parties.

EMPLOYER: WITNESS: ____________________________________ _____________________________________ Signature Signature

____________________________________ _____________________________________ Name Name

____________________________________ _____________________________________ Capacity Capacity

____________________________________ _____________________________________ Date Date

NAME AND ADDRESS OF ORGANISATION: Johannesburg Development Agency (Pty) Ltd. 3 Helen Joseph (formerly President) Street Newtown Johannesburg

Page 57: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.1: Form of Offer and Acceptance

57

SCHEDULE OF DEVIATIONS Notes: 1. The extent of deviations from the tender documents issued by the Employer prior to the tender

closing date is limited to those permitted in terms of the Conditions of Tender,

2. A Tenderer’s covering letter shall not be included in the final contract document. Should any matter in such letter which constitutes a deviation as aforesaid become the subject of agreements reached during the process of offer and acceptance the outcome of such agreement shall be recorded here,

3. Any other matter arising from the process of offer and acceptance either as a confirmation, clarification or change to the tender documents and which it is agreed by the Parties becomes an obligation of the contract shall also be recorded here,

4. Any change or addition to the tender documents arising from the above agreements and recorded here, shall also be incorporated into the final draft of contract,

1 Subject: ..........................................................................................................................................

Detail: ..........................................................................................................................................

..........................................................................................................................................

..........................................................................................................................................

2 Subject: ..........................................................................................................................................

Details: ..........................................................................................................................................

......................................................................................................................................... .

......................................................................................................................................... .

..........................................................................................................................................

3 Subject: ..........................................................................................................................................

Details: ..........................................................................................................................................

..........................................................................................................................................

..........................................................................................................................................

..........................................................................................................................................

4 Subject: ..........................................................................................................................................

Details: ..........................................................................................................................................

..........................................................................................................................................

..........................................................................................................................................

..........................................................................................................................................

5 Subject: ..........................................................................................................................................

Details: ..........................................................................................................................................

..........................................................................................................................................

..........................................................................................................................................

Page 58: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.1: Form of Offer and Acceptance

58

By the duly authorised representatives signing this Schedule of Deviations, the Employer and the Tenderer agree to and accept the foregoing Schedule of Deviations as the only deviations from and amendments to the documents listed in the Tender Data and addenda thereto as listed in the Tender Schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the Tenderer and the Employer during this process of offer and acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the Tenderer of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this agreement. TENDERER: EMPLOYER: ____________________________________ ____________________________________ Signature Signature ____________________________________ ____________________________________ Name Name ____________________________________ ____________________________________ Capacity Capacity Name and address of organisation: Name and address of organisation: ________________________________ ___________________________________ ________________________________ ___________________________________ ________________________________ ___________________________________ ________________________________ ___________________________________ WITNESS: WITNESS: ________________________________ ___________________________________ Signature Signature ____________________________________ ____________________________________ Name Name ____________________________________ ____________________________________ Date Date

Page 59: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.1: Form of Offer and Acceptance

59

CONFIRMATION OF RECEIPT

The Tenderer, (now Contractor), identified in the Offer part of this Agreement hereby confirms receipt from the Employer, identified in the Acceptance part of this Agreement, of one fully completed original copy of this Agreement, including the Schedule of Deviations (if any) today: the ______________(day) of_________________________________(month)___________(year) at_________________________________(place) CONTRACTOR: WITNESS: ___________________________________ ____________________________________ Signature Signature ____________________________________ ____________________________________ Name Name ____________________________________ ____________________________________ Capacity Capacity ____________________________________ ____________________________________ Date Date

Page 60: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

JDA GCC Page 60 of 130

C1.2: CONTRACT DATA

C1.2.1: CONDITIONS OF CONTRACT

TABLE OF CONTENTS PAGE NO.

C1.2.1.1 GENERAL CONDITIONS OF CONTRACT 61

C1.2.1.2 SPECIAL CONDITIONS OF CONTRACT 61

C1.2.1.2.1 GENERAL 61

C1.2.1.2.2 AMENDMENTS TO THE FIDIC 1999 (Yellow Book) 61

Page 61: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

61

C1.2.1 CONDITIONS OF CONTRACT

C1.2.1.1 GENERAL CONDITIONS OF CONTRACT

This Contract will be based on the “Conditions of Contract for Plant and Design Build for Electrical and Mechanical Plant, and for Building and Engineering works, Designed by the Contractor (FIDIC 1999 Yellow Book)” It is agreed that the only variations from the FIDIC 1999 (Yellow Book) are those set out hereafter under “C1.2.1.2 SPECIAL CONDITIONS OF CONTRACT”.

C1.2.1.2 SPECIAL CONDITIONS OF CONTRACT

C1.2.1.2.1 GENERAL These Special Conditions of Contract (SCC) form an integral part of the Contract. The Special Conditions of Contract shall amplify, modify or supersede, as the case may be, the FIDIC 1999 (Yellow Book) to the extent specified below, and shall take precedence and shall govern. The clauses of the Special Conditions of Contract hereafter are numbered “SCC” followed in each case by the number of the applicable clause or sub clause in the FIDIC 1999 (Yellow Book), and the applicable heading, or (where a new special condition that has no relation to the existing clauses is introduced) by a number that follows the last clause number in the FIDIC 1999 (Yellow Book), and an appropriate heading. C1.2.1.2.2 AMENDMENTS TO FIDIC 1999 (Yellow Book) SCC 1.6 Contract Agreement Remove “within 28 days” and replace with: “ after 5 days of the Contractor receiving the signed Form of Acceptance” SCC 4.1 Extent of Contractor’s obligations Add the following new paragraph to the end of Clause 4.1 “If the Contractor fails to achieve the monetary value of the target set by the Employer for contract participation by local SMME contractors in terms of Section C3.3 for Procurement and Particular Specifications in Part C3: Scope of Works, the Contractor shall be liable to the Employer for a sum calculated in accordance with the Contract Data and the aforementioned Scope of Works as a penalty for such underachievement.” SCC 4.2 Performance Security (Guarantee) In the second paragraph, remove: “within 28 days…” and replace with: “within 14 days….” In the third paragraph, replace the second sentence by: “The expiry date for the Performance Security (Guarantee) shall be the date of the issue of the Performance Certificate by the Engineer.” SCC 20 Claims, Disputes and Arbitration Delete Clauses 20.2, 20.3, 20.4, 20.7 and 20.8 in their entirety.

Page 62: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

62

To Clause 20.5, replace: “dissatisfaction has been given under Sub-Clause 20.4 above….” and replace with: “dissatisfaction has been given by the Contractor to the Engineer’s Determination; both Parties shall attempt to settle the dispute amicably before the commencement of Arbitration”.

C1.2.2: CONTRACT DATA (Applicable to this contract)

PART A: DATA PROVIDED BY THE EMPLOYER

The following contract specific data are applicable to this contract.

Sub-Clause Data

1.1.2.2 &1.3

The Name of the Employer is Johannesburg Development Agency (Pty) Ltd. The address of the Employer is: Address (physical): 3 Helen Joseph (formerly President) Street,

Newtown, 2001 Address (postal): Private Bag X9403, Johannesburg, 2000 Contact person: Sithandile Xhanti Telephone: 011 688 7800 Facsimile: 086 504 3436 e-mail: [email protected]

1.1.2.4 &1.3

The Name of the Engineer is: SMEC South Africa (Pty) Ltd Address (physical): 267 Kent Avenue, Ferndale, 2194 Address (postal): PO Box 1462, Pinegowrie, South Africa, 2123 Contact Person: Mr Gugulethu Sidinile Telephone: 011 369 0600 Facsimile: 011 886 4589 email: [email protected]

1.1.3.2 Commencement Date: 14 days after receiving the letter of Acceptance

1.1.3.3 Time for Completion of the Work is 10 months

1.1.3.7 Defects Notification Period is 12 months

1.4 The Governing Law is the Law of the Republic of South Africa

4.2 Amount of Performance Security is 10% of the Contract Sum

6.5 Normal working hours: 45 hours per week in accordance with the Basic Conditions of Employment Act. From Monday to Friday. The construction industry year end break commences on the first working day after 15 December and ends on the first working day after 5 January of the following year.

8.1 Where the Employer is not required to apply for a permit to do construction work in terms of Construction Regulation 3 (1), the following documentation is to be submitted within 14 days from the Commencement Date: The documents required before commencing to carry out the Works:

Health and Safety Plan (refer to Clauses 4.8 and 6.7)

Initial Programme and Cashflow (refer to Clause 8.3)

Page 63: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

63

ADDITIONAL CLAUSE TO THE GENERAL CONDITIONS OF CONTRACT

8.4

A delay caused by inclement weather conditions will be regarded as a delay only if, in the opinion of the Engineer, all progress on an item or items of work on the critical path of the working programme of the contractor has been brought to a halt. Delays on working days only (based on a five-day working week) will be taken into account for the extension of time, but the Contractor shall make provision in his programme of work for an expected delay of "n” working days caused by normal rainy weather, for which he will not receive any extension of time, where “n” equals 15 days. Extension of time during working days will be granted to the degree to which actual delays, as defined above, exceed the number of "n" workings days.

Performance Security (refer to Clause 4.2)

Insurance (refer to Clause 18.1)

Signed Contract Agreements with local SMME contractors and Community Liaison Officer. SMME contract agreements shall clearly state the assigned foreman details, scope of works, materials and equipment to be provided by the Contractor, payment conditions, time frame for completion and any penalties for late completion.

Pro-forma SMME Contractor(s) financial statement proposed by the Contractor (for approval by the Employer and the Engineer).

Form C1.4 ‘Agreement in terms of Section 37(2) of the Occupational Health and Safety Act No. 85 of 1993’ to be signed by the Contractor and the Employer.

8.8 Delay Damages for the Works is 0.05% (per day) of the Contract Sum

13.5(b) Percentage for adjustment of Provisional Sums is 10% on proven costs

13.8 Adjustment for Changes in Cost is not applicable to this contract

14.2 Total Advancement Payment is Nil

14.3 Percentage Retention is 10%

14.5(c) Plant and Materials for payment when delivered to Site is 80%

14.6 Minimum amount of Interim Payment Certificate is R1,500,000.00

20.5 Dispute resolution is to first take place by means of an amicable settlement. The venue of all dispute resolution/determination shall be the Johannesburg Development Agency (JDA)’s offices in Newtown.

20.6 If amicable settlement is unsuccessful, the dispute shall be resolved by arbitration using the Arbitrators of Southern Africa Rules of Arbitration.

C3.3

CONTRACT PARTICIPATION For this particular contract, the Contractor shall enter into a Joint Venture Partnership with Enterprise(s) and shall ensure that the Enterprise(s) execute(s) works to the value of 30% of the Contract Sum. The Employer shall not be prescriptive to the Contractor on what works should be earmarked for the Enterprise, but shall require that the Contractor to meet the prescribed participation target.

Page 64: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

64

(a) Contract Participation Targets Contract participation is the process by which the Employer implements Government’s objectives. The Employer sets a target for construction by specified entities, the rand value of which is based on the services and work undertaken by the specified entities. The target rand value will be measured as that specified target percentage of the Contractor’s Final certified value of work completed (excluding CPA and VAT) measured at the date of issue of the Certificate of Completion. The Contractor is obliged to commit to or exceed the target stated in section C1.22 Contract Data, Part A: Data Provided by the Employer. (b) Contract participation Goal (CPG) The CPG is the monetary value of the target set by the Employer and will be calculated as follows: CPG = final contract value (excluding CPA and Vat) x (target % set by the Employer for Enterprises and local SMME contractors) The final contract value is the total value of certified work measured at the date of issue of the Certificate of Completion. It is the Contractor’s responsibility to ensure that the CPG target is achieved. (c) Contract Participation Performance (CPP) The CPP is the monetary value of the Contractor’s actual progress towards achievement of the CPG calculated as follows: CPP = total value (excluding CPA and VAT) of contribution by Enterprises and local SMME contractors. The Contractor’s Contract Participation Performance will be measured monthly in order to monitor the extent to which he is striving to reach the CPG. The basis of monitoring shall be the levels of the individual contributions for Enterprises and local SMME contractors. Monthly returns, in a format approved by the Employer, are required from the Contractor and shall be submitted with each intern payment certificate. Failure to adhere to this requirement shall result in the delay of any payment due until the Engineer confirms that the information has been received. To assist in the measurement of CPP, the Contractor shall include in his contract programme details of how he will achieve the CPG. This shall include CPG achievement details for both the specific work indicated for CPG in terms of this contract for completion by Enterprises and local SMME contractors as well as detail for any other work that the Contractor may use towards achieving the CPG. The detail shall be provided not later than one month after the Employer’s Agent has accepted the original construction programme and shall be updated with every subsequent revision of the programme. In the event that the Contractor fails to substantiate that any failure to achieve the Contract Participation Goal (CPG) is due to quantitative under runs, the elimination of items contracted to Enterprises and local SMME contractors, or any other reason beyond the Contractor’s control which may be acceptable to the Employer, the Contractor shall be liable for a penalty as prescribed in clause SCC 4.1 of Section C1.2.1.2 Special Conditions of Contract.

Page 65: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

65

The penalty shall be calculated as follows: Penalty = 5% of the monetary value by which the achieved monetary value (CPP) falls short of the target monetary value (CPG) + 5% of (CPG – CPP) The penalty shall be applied on a pro rata basis according to a monthly evaluation of achievements against the programmed utilisation.

Page 66: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.2: Contract Data

66

C.1.2 CONTRACT DATA

PART 2: DATA PROVIDED BY THE CONTRACTOR

The Contractor is advised to read the Conditions of Contract for Plant and Design Build for Electrical and Mechanical Plant, and for Building and Engineering Works, Designed by the Contractor (FIDIC 1999, Yellow Book) obtainable at the SAICE House, Thornville Office Park, Vorna Valley (Tel: 011 805 5947, e-mail: [email protected]). Each item of data given below is cross-referenced to the Sub-Clause in the Conditions of Contract to which it mainly applies.

Clause Data

1.1.2.3 The name of the Contractor is: ……………………………………………………………..

1.3 The address and contact details of the Contractor are: Address (physical): . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Address (postal): . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Contact person: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Telephone: . . . . . . . . . . . . . . . . . . . . . . .Facsimile: . . . . . . . . . . . . . . . . . . . . . . . . . e-mail: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . ... . . . . .

Page 67: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.3: Performance Guarantee

JDA GCC Page 67 of 130

C1.3 PERFORMANCE GUARANTEE

GUARANTOR DETAILS AND DEFINITIONS

“Guarantor” means: ........................................................................................................................ Physical address: ............................................................................................................................ “Employer” means: ........................................................................................................................ “Contractor” means: ....................................................................................................................... “Engineer” means: ........................................................................................................................... “Works” means: ............................................................................................................................. “Site” means: .................................................................................................................................. “Contract” means: The Agreement made in terms of Form of Offer and Acceptance and such amendments or additions to the Contract as may be agreed in writing between the parties.

“Contract Sum” means: The accepted amount inclusive of tax of R.............................................. Amount in words: .......................................................................................................................... “Guaranteed Sum” means: The maximum aggregate amount of R............................................... Amount in words: .......................................................................................................................... “Expiry Date” means: Date of issue of Performance Certificate.................................................... CONTRACT DETAILS

Engineer issues: Interim Payment Certificates, Final Payment Certificate and the Certificate Completion of the Works as defined in the Contract. PERFORMANCE GUARANTEE

1. The Guarantor’s liability shall be limited to the amount of the Guaranteed Sum.

2. The Guarantor’s period of liability shall be from and including the date of issue of this Performance Guarantee and up to and including the Expiry Date or the date of issue by the Engineer of the Certificate of Completion of the Works or the date of payment in full of the Guaranteed Sum, whichever occurs first. The Engineer and/or the Employer shall advise the Guarantor in writing of the date on which the Certificate of Completion of the Works has been issued.

3. The Guarantor hereby acknowledges that:

3.1 Any reference in this Performance Guarantee to the Contract is made for the purpose of convenience and shall not be construed as any intention whatsoever to create an accessory obligation or any intention whatsoever to create a suretyship;

3.2 Its obligation under this Performance Guarantee is restricted to the payment of money. 4. Subject to the Guarantor’s maximum liability referred to in 1, the Guarantor hereby undertakes

to pay the Employer the sum certified upon receipt of documents identified in 4.1 to 4.3:

Page 68: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.3: Performance Guarantee

68

4.1 A copy of a first written demand issued by the Employer to the Contractor stating that payment of a sum certified by the Engineer in an Interim or Final Payment Certificate has not been made in terms of the Contract and failing such payment within seven (7) calendar days, the Employer intends to call upon the Guarantor to make payment in terms of 4.2;

4.2 A first written demand issued by the Employer to the Guarantor at the Guarantor’s physical

address with a copy to the Contractor stating that a period of seven (7) days has elapsed since the first written demand in terms of 4.1 and the sum certified has still not been paid;

4.3 A copy of the aforesaid payment certificate which entitles the Employer to receive payment in

terms of the Contract of the sum certified in 4. 5. Subject to the Guarantor’s maximum liability referred to in 1, the Guarantor undertakes to pay to

the Employer the Guaranteed Sum or the full outstanding balance upon receipt of a first written demand from the Employer to the Guarantor at the Guarantor’s physical address calling up this Performance Guarantee, such demand stating that:

5.1 The Contract has been terminated due to the Contractor’s default and that this Performance

Guarantee is called up in terms of 5; or 5.2 A provisional or final sequestration or liquidation court order has been granted against the

Contractor and that the Performance Guarantee is called up in terms of 5; and 5.3 The aforesaid written demand is accompanied by a copy of the notice of termination and/or the

provisional/final sequestration and/or the provisional liquidation court order. 6. It is recorded that the aggregate amount of payments required to be made by the Guarantor in

terms of 4 and 5 shall not exceed the Guarantor’s maximum liability in terms of 1. 7. Where the Guarantor has made payment in terms of 5, the Employer shall upon the date of

issue of the Final Payment Certificate submit an expense account to the Guarantor showing how all monies received in terms of this Performance Guarantee have been expanded and shall refund to the Guarantor any resulting surplus. All monies refunded to the Guarantor in terms of this Performance Guarantee shall bear interest at the prime overdraft rate of the Employer’s bank compounded monthly and calculated from the date payment was made by the Guarantor to the Employer until the date of refund.

8. Payment by the Guarantor in terms of 4 or 5 shall be made within seven (7) calendar days upon

receipt of the first written demand to the Guarantor. 9. Payment by the Guarantor in terms of 5 will only be made against the return of the original

Performance Guarantee by the Employer. 10. The Employer shall have the absolute right to arrange his affairs with the Contractor in any

manner which the Employer may deem fit and the Guarantor shall not have the right to claim his release from this Performance Guarantee on account of any conduct alleged to be prejudicial to the Guarantor.

Page 69: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.3: Performance Guarantee

JDA GCC Page 69 of 130

11. The Guarantor chooses the physical address as stated above for the service of all notices for all purposes in connection herewith.

12. This Performance Guarantee is neither negotiable nor transferable and shall expire in terms of

2, where after no claims will be considered by the Guarantor. The original of this Guarantee shall be returned to the Guarantor after it has expired.

13. This Performance Guarantee, with the required demand notices in terms of 4 or 5, shall be

regarded as a liquid document for the purposes of obtaining a court order. 14. Where this Performance Guarantee is issued in the Republic of South Africa the Guarantor

hereby consents in terms of Section 45 of the Magistrate’s Courts Act No 32 of 1944, as amended, to the jurisdiction of the Magistrate’s Court of any district having jurisdiction in terms of Section 28 of the said Act, notwithstanding that the amount of the claim may exceed the jurisdiction of the Magistrate’s Court.

Signed at .........................................................................................................................................

Date................................................

Guarantor’s signatory (1)...................................................................................................................

Capacity.............................................................................................................................................

Guarantor’s signatory (2)...................................................................................................................

.

Capacity.............................................................................................................................................

Witness signatory (1).........................................................................................................................

Witness signatory (2)..........................................................................................................................

Page 70: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.4: Occupational Health and Safety Agreement

JDA GCC Page 70 of 130

C1.4 OCCUPATIONAL HEALTH AND SAFETY AGREEMENT

THIS AGREEMENT between Johannesburg Development Agency (JDA) (hereinafter called “the Employer”) on the one part, herein represented by: …………………………………………………………….in his capacity as……………………………………

and………………………………………………………………………………………………………………

(hereinafter called “the Contractor”) of the other part herein represented by

……………………………………………………………in his capacity

as ……………………………………

WHEREAS the Employer is desirous that certain works be constructed, being contract:

Contract No. JDA-WP 15N-02

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE

OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

and has accepted a tender by the Contractor for the construction, completion and maintenance of such works and whereas the Employer and the Contractor have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Contractor with the provisions of the Occupational Health and Safety Act 1993 (Act 85 of 1993). NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. The Contractor shall execute the work in accordance with the contract documents pertaining to this contract.

2. This Agreement shall hold good for the duration of construction, commencing from the handover of the site up to the end of the defects liability period.

3. Should the contract be terminated for any reason, this agreement shall lapse upon the date of termination.

4. The Contractor declares himself to be conversant with the following:

(a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993), hereinafter referred to as “the Act”, together with its amendments thereto.

(b) All the requirements of the Construction Regulations hereinafter referred to as the “Regulations”, together with any amendments thereto.

(c) The Health and Safety Specification of the Employer as pertaining to the Contractor and to all his subcontractors.

5. In addition to the requirements of the contract, the Contractor agrees to execute all the works forming part of this contract and to operate and utilise all machinery, plant and equipment in accordance with the Act and the Regulations.

6. The Contractor is responsible for the compliance with the Act and the Regulations by all his subcontractors, whether or not selected or nominated and/or approved by the Employer.

7. The Contractor warrants that all his and his subcontractors’ workmen are covered in terms of the Compensation for Occupational Injuries and Diseases Act 1993 which cover shall remain

Page 71: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.4: Occupational Health and Safety Agreement

71

in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.

8. The Contractor undertakes to ensure that he and/or his subcontractors and/or their respective employees will at all times comply with the following conditions:

(a) The Contractor undertakes to comply with all provisions of the Act and its Regulations. (b) The Contractor will be obliged to report to the Employer on a regular basis regarding

compliance by the Contractor with the Act and its Regulations. (c) All incidents referred to in the Occupational Health and Safety Act shall be reported by

the Contractor to the Department of Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.

(d) The Employer hereby records an interest in the issue of any formal enquiry conducted in terms of Section 32 of the Occupational Health and Safety Act into any incident involving the Contractor and/or his employees and/or his subcontractors.

In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses:

………………………………………………..

for and on behalf of the Contractor who warrants to be duly authorised to do so

Name: ………………………………

Designation: ………………………………

As witnesses:

1. ………………………………….………

………………………………………………

for and on behalf of the Employer who warrants to be duly authorised to do so

Name: ……………………………..

Designation: ……………………………..

As witnesses:

1. ……………………………………..

Page 72: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.5: OHS 37(2) Agreement

JDA GCC Page 72 of 130

C1.5 AGREEMENT IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH AND SAFETY ACT NO. 85 OF 1993

THIS AGREEMENT is made between the Johannesburg Development Agency represented by the

………………………………………………………….. (hereinafter called the EMPLOYER of the one part,

herein represented by:

.......................... ......................................................................................................................

in his capacity as: ....................................................................................................................

AND: ................ ......................................................................................................................

(hereinafter called the CONTRACTOR) of the other part, herein represented by ......................

.......................... ......................................................................................................................

in his capacity as: ....................................................................................................................

duly authorised to sign on behalf of the Contractor. WHEREAS the CONTRACTOR is the Mandatory of the EMPLOYER in consequence of an

agreement between the CONTRACTOR and the EMPLOYER in respect of

CONTRACT No. JDA-WP 15N-02

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

AND WHEREAS the EMPLOYER and the CONTRACTOR have agreed to enter into an agreement in terms of the provisions of Section 37(2) of the Occupational Health and Safety Act No 85 of 1993, as amended by OHSA Amendment Act No 181/1993 (hereinafter referred to as the ACT); NOW THEREFORE the parties agree as follows:

1. The CONTRACTOR undertakes to acquaint the appropriate officials and employees of the CONTRACTOR with all relevant provisions of the ACT and the regulations promulgated in terms thereof.

2. The CONTRACTOR undertakes to fully comply with all relevant duties, obligations and prohibitions imposed in terms of the ACT and Regulations: Provided that should the EMPLOYER have prescribed certain arrangements and procedures that same shall be observed and adhered to by the CONTRACTOR, his officials and employees. The CONTRACTOR shall bear the onus of acquainting himself/herself/itself with such arrangements and procedures.

3. The CONTRACTOR hereby accepts sole liability for such due compliance with the relevant duties, obligations, prohibitions, arrangements and procedures, if any, imposed by the ACT and Regulations, and the CONTRACTOR expressly absolves the EMPLOYER and the Employer’s CONSULTING ENGINEERS from being obliged to comply with any of the aforesaid duties, obligations, prohibitions, arrangements and procedures in respect of the work included in the contract.

4. The CONTRACTOR agrees that any duly authorised officials of the EMPLOYER shall be

entitled, although not obliged, to take such steps as may be necessary to ensure that the CONTRACTOR has complied with his undertakings as more fully set out in paragraphs 1 and 2 above, which steps may include, but shall not be limited to, the right to inspect any appropriate site or premises occupied by the CONTRACTOR, or to take such steps it may

Page 73: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C1.5: OHS 37(2) Agreement

73

deem necessary to remedy the default of the CONTRACTOR at the cost of the CONTRACTOR.

5. The CONTRACTOR shall be obliged to report forthwith to the EMPLOYER any investigation,

complaint or criminal charge which may arise as a consequence of the provisions of the ACT and Regulations, pursuant to work performed in terms of this agreement, and shall, on written demand, provide full details in writing of such investigation, complaint or criminal charge.

Thus signed at ..………..……….....……………………....…. for and on behalf of the CONTRACTOR on this the ……………… day of ……......………..……… 20……… SIGNATURE: ........................................................................................................................... NAME AND SURNAME: .......................................................................................................... CAPACITY: ............................................................................................................................. WITNESS: ................................................................................................

Thus signed at ……………………………………………. for and on behalf of the EMPLOYER on this the …………………………... day of ……………..……… 20……… SIGNATURE: ........................................................................................................................... NAME AND SURNAME: .......................................................................................................... CAPACITY: ............................................................................................................................. WITNESS: ................................................................................................

Page 74: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C2: Pricing Data

JDA GCC Page 74 of 130

PART C2: PRICING DATA

Page 75: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C2.1: Pricing Instructions

JDA GCC Page 75 of 130

PART C2: PRICING DATA

C2.1 PRICING INSTRUCTIONS

1. The Bill of Quantities is to be drawn up by the Tenderer in conjunction with the Conditions of

Contract, the Contract Data, the Specifications (including the SANS 1200 and Project Specifications) and the Drawings. The agreement is based on the Conditions of Contract for Plant and Design Build – For Electrical and Mechanical Plant, and for Building and Engineering Works, designed by the Contractor, prepared by FIDIC 1999. The additions, deletions and alterations to the Conditions of Contract for Plant and Design Build as well as the contract specific variables are as stated in the Contract Data. Only the headings and clause numbers for which allowance must be made in the Bills of Quantities are recited.

2. Descriptions in the Bill of Quantities are to be abbreviated and may differ from those in the

Standardized and Project Specifications. No consideration will be given to any claim by the Contractor submitted on such a basis. The Bill is drawn up generally in accordance with the latest issue of Civil Engineering Quantities. Should any requirement of the measurement and payment clause of the appropriate Standardized or Project Specification(s) be contrary to the terms of the Bill or, when relevant, to the Civil Engineering Quantities, the requirement of the appropriate Standardized, Project, or Particular Specification as the case may be, shall prevail.

3. Unless stated to the contrary, items are to be measured net in accordance with the Drawings

without any allowance being made for waste. 4. The amounts and rates to be inserted in the Bill of Quantities shall be the full inclusive amounts

to the Employer for the work described under the several items. Such amounts shall cover all the costs and expenses that may be required in and for the construction of the work described, and shall cover the costs of all general risks, profits, taxes (but excluding value-added tax), liabilities and obligations set forth or implied in the documents on which the Tender is based.

5. An amount or rate shall be entered against each item in the Bill of Quantities, whether or not

quantities are stated. An item against which no amount or rate is entered will be considered to be covered by the other amounts or rates in the Bill.

The standard system of measurement of civil engineering quantities published by the South African Institution of Civil Engineers. Should the Tenderer group a number of items together and provide one sum for such group of items, the single tendered sum shall apply to that group of items and not to each individual item, or should he indicate against any item that full compensation for such item has been included in another item, the rate for the item included in another item shall be deemed to be nil. The tendered rates, prices and sums shall, subject only to the provisions of the Conditions of Contract, remain valid irrespective of any change in the quantities during the execution of the Contract.

6. The Tenderer shall provide a “Fully Inclusive and Not to Exceed Price”. The quantities will

therefore be indicative of the estimated work during tender stage. Although the quantities of work as measured and accepted and certified for payment in accordance with the Conditions of Contract, and not the quantities stated in the Bill of Quantities, will be used to determine payments to the Contractor, it should be noted that TOTAL PAYMENT due to the Tenderer shall not exceed the total amount tendered, unless the scope of work is changed in writing through a change order process. The validity of the Contract shall in no way be affected by differences between the quantities in the Bill of Quantities and the quantities certified for payment.

Page 76: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C2.2: Bill of Quantities

76

7. Occupational Health and Safety Act and Construction Regulations

A payment item will be included in the schedule of Quantities / Bill of Quantities to allow for compliance with OHSA and the Construction Regulations. This payment item, will include for the erection of Visitors Indemnity Signs and for ensuring that visitors receive instructions and sign an indemnity declaration.

8. Payment for work done – Civil

Certification for work will be done when civil infrastructure from manhole to manhole is laid completely. The following items of work must be completed:

Excavation;

Compacting the bedding;

Laying sleeves;

Backfilling the trench;

Re-instatement to original condition;

As built documentation indicating position and depth of the manholes.

It is a prerequisite that final certification for the above listed tasks is accompanied by compaction tests for the materials, including Mandrel and Brush tests for the sleeves (existing and new).

9. Payment for work done – Fibre

Certification for work done will only be done when fibre infrastructure is blown through and the required testing is done.

Page 77: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C2.2: Bill of Quantities

77

C2.2 The price must be calculated from a BOQ.

1. Bidders are allowed to include any other items that may be necessary to complete the installation. 2. Bidders are to complete the quantity, rates and amount in the BOQ provided.

Page 78: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No:JDA-WP 15N-02

SECTION 1: PRELIMINARY & GENERAL

1SABS

1200 ASECTION 1 : PRELIMINARY AND GENERAL

1.1 8.3 FIXED-CHARGE ITEMS

1.1.1 8.3.1 Contractual Requirements Sum 1.0 -

8.3.2 Establish Facilities on the Site:

a) Facilities for Engineer (SABS 1200 AB)

1.1.2 PSAB 3.2 Office and equipment Sum 1.0 -

1.1.3 PSA 8.4.2.1 Name boards Sum 1 -

1.1.4 Two car ports for the sole use of the Engineer No. 2.0 -

1.1.5 PSAB 5.5 Survey Assistance & Equipment Sum 1 -

1.1.6 Conference Room Sum 1 -

1.1.7 Ablutions Sum 1.0 -

b) Facilities for Contractor

1.1.8 Offices and storage sheds Sum 1.0 -

1.1.9 Workshops Sum 1.0 -

1.1.10 Living accommodation Sum 1.0 -

1.1.11 Ablution and latrine facilities Sum 1.0 -

1.1.12 Tools and equipment Sum 1.0 -

1.1.13 Water supplies, electric power and telecom Sum 1.0 -

1.1.14 Dealing with water Sum 1.0 -

1.1.15 Access Sum 1.0 -

1.1.16 Plant Sum 1.0 -

1.1.17 Security of Works Sum 1.0 -

1.1.18 8.3.3 Other fixed-charge obligations Sum 1.0 -

1.1.19 8.3.4Remove Engineer's and Contractor's Site establishment on completion

Sum 1.0 -

1.2 PSA 9.4 OCCUPATIONAL HEALTH AND SAFETY

1.2.1 Preparation of Health and Safety Plan Sum 1.0 -

1.2.2 Health and Safety Training Sum 1.0 -

1.2.3 Personal Protective Clothing and Equipment Sum 1.0 -

1.2.4 Fences, Signs and Barricades Sum 1.0 -

1.2.5 Implement and maintain Health & Safety Plan Sum 1.0 -

1.3 PSA 8.5.3 COMMUNITY LIASON OFFICER

1.3.1 3 x Salary (based on R8000 per month) Prov Sum 1 240000 240,000.00

1.3.2 3 x cell phone allowance (based on R500 per month) Prov Sum 1 15,000.00 15,000.00

1.3.3 Overheads, charges and profit on items 1.3.1 & 1.3.2 % -

1.4 ENVIRONMENTAL

1.4.1 Environmental Inspector Sum 1.0 -

1.4.2 Implement and maintain EMP Sum 1.0 -

1.4.3 Overheads, charges and profit on item 1.4.1; 1.4.2 %

1.5 8.4 TIME-RELATED ITEMS

1.5.1 8.4.1 Contractual Requirements Sum 1.0

8.4.2 Operate and maintain facilities on the Site:

8.4.2.1a) Facilities for Engineer for duration of construction (SABS 1200 AB)

255,000.00 TOTAL CARRIED FORWARD1

ITEMNO

PAYMENT DESCRIPTION UNIT QUANTITIES RATE AMOUNT

Planning, Design, Building, Monitoring and Infrastructure Security of the Optical Fibre Network

Page 79: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No:JDA-WP 15N-02

SECTION 1: PRELIMINARY & GENERAL

255,000.00 1.5.2 PSAB 3.2 Office and equipment Sum 1.0

1.5.3 Conference Room Sum 1.0

1.5.4 Two car ports for the sole use of the Engineer Sum 1.0

1.5.5 PSA 8.4.2.1 Cellular Telephone (R500/month) month 10.0 500.00 5,000.00

1.5.6Provision of a 3g modem with 2 gigabytes of data per month for the duration of the project.

Sum 1.0

1.5.7 PSAB 5.5 Survey Equipment Sum 1.0

1.5.8 Ablutions Sum 1.0

8.4.2.2b) Facilities for Contractor for duration of construction, except where otherwise stated

1.5.9 Offices and storage sheds Sum 1.0

1.5.10 Workshops Sum 1.0

1.5.11 Living accommodation Sum 1.0

1.5.12 Ablution and latrine facilities Sum 1.0

1.5.13 Tools and equipment Sum 1.0

1.5.14 Water supplies, electric power and telecom Sum 1.0

1.5.15 Dealing with water Sum 1.0

1.5.16 Access Sum 1.0

1.5.17 Plant Sum 1.0

1.5.18 Security of Works Sum 1.0

1.5.19 8.4.3 Supervision Sum 1.0

1.5.20 8.4.4 Company and head office overhead costs Sum 1.0

1.5.21 8.4.5 Other time-related obligations Sum 1.0

1.6 QUALITY CONTROL TESTING

Fixed charge item Sum 1.0

1.6.1 PSA 8.5.4Use of an independent commercial laboratory for use by the Engineer

Sum 1.0

1.6.2 Establish compaction control equipment on Site Sum 1.0

1.7 TRANSPORTATION ON SITE 1.0

1.7.1Provision of mini bus taxi. This is to travel the length of the works during site meetings for the duration of the project.

Sum 1.0

1.8 AS-BUILT DOCUMENTATION

1.8.1 Contractor to produce as-built documentation Sum 1.0

1.10 WAYLEAVES

1.10.1Contractor to apply for wayleaves and obtain all necessary approvals

Sum 1.0

11.11 ACCOMMODATION OF TRAFFIC

Accommodating traffic and maintaining temporary deviations

1.11.1Contractor to price all items required for traffic accommodation for the length of the project route

Sum 1.0

1.12 SERVICES DETECTION

1.12.1Contractor to allow for detection of all services on the project route

Sum 1.0

1.13 RELOCATION OF SERVICES

1.13.1 Relocation of services encountered on the project route Sum 1

260,000.00

ITEMNO

PAYMENT DESCRIPTION UNIT QUANTITIES RATE

TOTAL CARRIED FORWARD2

BROUGHT FORWARD

TENDERED AMOUNT

Planning, Design, Building, Monitoring and Infrastructure Security of the Optical Fibre Network

Page 80: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No:JDA-WP 15N-02

SECTION 2 : PLANNING & DESIGN

2 SECTION 2: PLANNING AND DESIGN

2.1 Inception % 5.0

2.2 Concept and Viability % 25

2.3 Design Development % 25.0

-

ITEMNO

PAYMENT DESCRIPTION UNIT QUANTITIES RATE AMOUNT

Planning, Design, Building, Monitoring and Infrastructure Security of the Optical Fibre Network

3

TOTAL CARRIED FORWARD

Page 81: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No:JDA-WP 15N-02

SECTION 3: CIVIL WORKS

3 SECTION 3: CIVIL WORKS

3.1 CLEARANCE

3.1.1 Clearance of path of the civil / fibre infrastructure m 23 000.0

3.2 SCHEDULED ITEMS

3.2.1 Excavate, Fill & Compact

3.2.1.1Excavate all types of soil excl rock, fill and ram as per specification (Urban)

m 23 000,00

3.2.1.2 Excavate hard rock, fill and ram as per specification (Urban) m3 4 200,00

3.2.1.3Fill trench with trenchcrete to specified depth. Concrete strength - 15MPa (Urban) m3 2 500,00

3.2.1.4Import backfill material if excavated material is not suitable (Urban) m3 4 239,00

3.2.1.5Import bedding and padding total 150mm depth if sifted excavated materials is not suitable (Urban) m3 1 380,00

3.2.1.6Over Excavate in all soil types (engineering difficulties or ROW instructions) m3 5 219,00

3.2.1.7 Excavation of Trial Pits as per instruction each 920.0

3.2.2 Breaking & Reinstatement of Surfaces

3.2.2.1 Breaking of Asphalt up to 100mm deep m2 2 363,00

3.2.2.2 Breaking of Concrete up to 100mm deep m2 1 896,00

3.2.2.3 Removal of interlock paving or concrete tiles m2 10 980,00

3.2.2.4 Removal of plants and grass or landscaping m2 624,00

3.2.2.5Reinstatement of Asphalt surfaces up to 100mm deep - sidewalks and driveways m2 2 363,00

3.2.2.6 Reinstatement of concrete slabs up to 100mm deep m2 1 896,00

3.2.2.7 Reinstatement of interlock paving or concrete tiles m2 10 980,00

3.2.2.8 Reinstatement of grass and plants m2 624,00

3.2.3 Trenchless Services (Drilling & Boring)

3.2.3.1Thrust Boring/Horizontal Directional Drilling - for road, rail crossing - incl. supply and installation of TWO 110mm HDPE pipes (in Normal Soil conditions)

m 2 349,00

3.2.3.2

Ground Displacement Impact Moling - for drilling underneath driveways and entrances to busy premises - incl supply and installation of TWO 110mm HDPE or PVC sleeve

m 1 536,00

3.2.4 Manhole & Handhole Construction and Installation

3.2.4.1Construction of manhole -rural&urban - Manhole 1.0mx 1.0m x 1.2m (LxBxD in meters) inner dimensions - 20Mpa face bricks - Including accessories as specified

each 31,00

3.2.4.2Installation of pre-manufactured Manhole -rural&urban - (Concrete or HDPE) - round manhole(1.2m diameter and 1.2m deep) or square manhole (1.0m x 1.0m x 1.0m)

each 64,00

3.2.53 year Maintenance and Support for the fibre monitoring solution and manhole security system

Sum 1.0

3.2.6 Protection Pipe and Duct Installation

3.2.6.1Place ONE 110mm HDPE or GI pipe in open trench on top of 50mm bedding as per specification

m 23 000,00

3.2.6.2Hauling ONE 4way or 7way micro-duct inside 110mm HDPE or Steel Pipe

m 28 085,00

3.2.6.3Encasement of protection (concrete min 50mm thick x 15Mpa )

m 1 200,00

-

Planning, Design, Building, Monitoring and Infrastructure Security of the Optical Fibre Network

TOTAL CARRIED TO SUMMARY

4

ITEMNO

PAYMENT DESCRIPTION UNIT QUANTITIES RATE AMOUNT

Page 82: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No:JDA-WP 15N-02

SECTION 4: FIBER WORKS

4 SECTION 4: FIBRE WORKS

4.1 FIBRE OPTIC CABLE INSTALLATION

4.1.1Installing fibre cable into micro-duct by means of blowing method

m 28 000,00

4.2FIBRE OPTIC SPLICING AND ODF & PATCHPANEL WORKS

4.2.1 Splice Fibre Optic Cable (24-72 fibres) per fibre 1 368,00

4.2.2 Splice pigtail in fibre patch panel per fibre 864,00

4.2.3 ODF Rack / Cabinet installation pc 6,00

4.2.4Patch Panel Installation incl. fitting of mid-couplers & marking

pc 12,00

4.3 FIBRE OPTIC TESTING

4.3.1 Pre-Installation Test (OTDR at 1550nm) - on fibre drum fiber 504,00

4.3.2 Post-Installation Test (OTDR at 1550nm) fiber 504,00

4.3.3End to End OTDR Link Test - Bi Directional (patch panel to patch panel) as per specification

per fibre per link

864,00

4.3.4End-to-end Power meter Link Test - Bi Directional (patch panel to patch panel) as per specification

per fibre per link

864,00

4.4 OPTIC FIBRE CABLE

4.4.1 72 fiber (G.655D) Microduct Fibre for Duct Installation m 29 000

4.5OPTIC FIBRE SPLICE ENCLOSURES AND ACCESSORIES

4.5.1 Round Joint with Gel Seal Kit Up to 96fibre pc 7.0

4.5.2 Mounting bars for wall/manhole pc 7.0

4.5.3Splice protecting sleeve 1fiber, L=60 mm, (order multiple 100 pcs.)

pc 504.0

4.5.4 Installation Kit for 10 Closures pc 1.0

4.6OPTICAL DISTRIBUTION FRAMES AND ACCESSORIES

4.6.1Patch Panel for installation at site, up to 96 fiber connections (SC Duplex)

pc 12.0

4.6.2 Horizontal Cable Guide pc 12.0

4.6.3 Pigtail 0,9 mm LC, P5 2 meter pc 864.0

4.6.4 Patch cord Simplex 2mm LC-LC, P5 3meter pc 864.0

4.6.5Splice protecting sleeve 1fiber, L=40 mm, (order multiple 100 pcs.)

pc 864.0

4.6.6 Adapter LC, Duplex pc 432.0

4.7 MICRONET DUCT AND ACCESSORIES

4.7.17-way Heavy Duty Duct Assembly for Direct Burial Installation (12/10mm)

pc 25 898

4.7.2 Micro Duct Straight Connectors 12/10mm (100pcs per pack) pc 665.0

4.7.3Micro Duct Endstop Connectors 12/10mm (100pcs per pack)

pc 333.0

4.7.4 Micro Duct Gas Block Connectors 12/10mm pc 12.0

4.8 MANHOLES & ACCESSORIES

4.8.1Manhole Precast Circular - 1m dia x 1.2m deep Complete with Lockable Cover

PC 64.0

4.8.2Polymer Heavy duty Circular daylight opening ,HDG locking mechanism for brick built M/H

pc 31.0

4.9 PROTECTION PIPES & ACCESSORIES

4.9.1 110mm flexiduct (6m lengths) pc 3 833

4.1 MISCELLANEOUS MATERIALS & TEST

4.10.1 Trench Marker Tape - 200mm x 200micron - black on blue pc 92.0

4.10.2 Sealing foam for manhole entries pc 32.0

4.10.3 ODF Rack 19U x 600mm x 600mm pc 6.0 -

AMOUNT

5

ITEMNO

PAYMENT DESCRIPTION UNIT QUANTITIES RATE

Planning, Design, Building, Monitoring and Infrastructure Security of the Optical Fibre Network

Page 83: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

Contract No:JDA-WP 15N-02

SUMMARYSECTION AMOUNT

1 260,000.00

2 -

3 -

4 -

-

-

15% VAT -

-

-

FIBRE WORKS

SUB - TOTAL 1

SUB - TOTAL 2

SUB - TOTAL 3

GRAND TOTAL

SUMMARY OF SECTIONS

PRELIMINARY AND GENERAL

PLANNING AND DESIGN

CIVIL WORKS

10% CONTINGENCY

Planning, Design, Building, Monitoring and Infrastructure Security of the Optical Fibre Network

Page 84: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3: Scope of Works

78

PART C3: SCOPE OF WORKS

Page 85: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3: Scope of Works

79

PART C3: SCOPE OF WORKS

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

CONTRACT NO.: JDA-WP 15N-02 SECTION DESCRIPTION PAGE

C3.1: DESCRIPTION OF THE WORKS 80

C3.2: ENGINEERING 89

C3.3: PROCUREMENT 83

C3.4: PART C: PROVISION OF THE TEMPORARY WORKFORCE 86

C3.5: MANAGEMENT 104

Status Should any requirement or provision in the parts of the Scope of Work conflict with any requirement of any Standardised Specification, or any drawings, the order of precedence, unless otherwise specified, is:

Project Specifications;

Scope of Works.

Page 86: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

80

C3.1 DESCRIPTION OF THE WORKS

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

SECTION DESCRIPTION PAGE

C3.1.1. EMPLOYER’S OBJECTIVES 80

C3.1.2. OVERVIEW OF THE WORKS 80

C3.1.3. EXTENT OF THE WORKS 85

C3.1.4. CONSTRUCTION PROGRAMME 85

C3.1.5. CONTRACTOR’S SITE CAMP AND SITE FACILITIES AVAILABLE 85

C3.1.6 SITE FACILITIES REQUIRED 86

C3.1.7 FEATURES REQUIRING SPECIAL ATTENTION 86

C3.1.8 ACCOMMODATION OF TRAFFIC 87

C3.1.1 EMPLOYER’S OBJECTIVES

The Employer’s objectives, confined to in this contract, is to construct Work Package 15N of Section 15 along the project area. This forms part of the Rea Vaya Bus Rapid Transport (BRT) System, Phase 1C which includes the Section 8. The description of the project contained in the Scope of Works is merely an outline of the Contract Works and shall not limit the work to be carried out by the Contractor under this Contract. Details of some of the major items are given in this section. It will be the Tenderer’s responsibility to determine approximate quantities for each type of work to be carried out in accordance with the Contract Documents and to compile a detailed Bill of Quantities to be submitted with the Tender.

C3.1.2 OVERVIEW OF THE WORKS

C3.1.2.1 Description of the site

This Contract is for Work Package 15N that integrates with the civil and fibre infrastructure that was built in the first phase of the ITS Fibre Project. The first phase runs along Louis Botha Avenue, Lees Street, Katherine Street.

Page 87: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

81

C3.1.2.2 General description of scope of works

General description of scope of works

The works to be executed under this contract include the following but is not limited to:

(a) Fibre Planning and Design The service provider is expected to perform a full and detailed design of selected possible routes to determine suitability. The service provider is requested to produce low level designs for the fibre routes. Provide detailed route drawings and a bill of quantities.

(b) Civil Works Site Establishment The Contractor shall institute a camp and/or onsite office as determined by his own requirements. Management of the Environment The Contractor shall adhere to the requirements of the Environment Management Plan. Spoil Areas It is the responsibility of the contractor to find a suitable spoil site (off-site). Material The quality of equipment and materials utilised shall conform to the appropriate test standards and requirements of the SABS and/or SANS where applicable. Trenches The trench route shall maintain a straight line between Manholes, except where there are unavoidable obstructions. The default trench standard depth and width requirement by the Johannesburg Development Agency (JDA) is 1000mm x 450 mm. In sand trenches, where no bedding is required, the depth of the trench will be 900mm. Thus, the base of the duct will always and consistently be at 900mm deep. Engineering difficulties: In certain scenarios, the standard 1000mm depth will not be achieved. This can be due to previous work done underneath the current trench or trenching through high capacity roads. In this instance, the Route Supervisor should be contacted for assistance and advice. Trenchless technologies or direct horizontal drilling may be resorted to, pending on feedback by the Route Supervisor. Bedding In all cases except that of a sand trench, 100mm of bedding will be required. Thus, the base of the duct will lie at 900mm. Under no circumstances shall material which is saturated with water be used for Bedding, Padding or Backfill. Bedding will adhere to SANS 1200 LB 1983 (Bedding - Pipes). Bedding shall consist of sifted excavated soil or imported soil compliant to SANS 1083. Soil shall be of a granular nature with a PI not exceeding 6. Soil shall be free from vegetation and any material exceeding 15Nm.

Padding Regardless of the type of trench (Rough / Sandy), a layer of padding will always be required. Clean sand is preferred, however – if excavated soil is used, it will need to be evenly graded and sifted where objects greater than 12mm will not be accepted in the layer. The material will additionally be free from any organic material.

Page 88: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

82

Backfill Backfill will consist of layers 150mm in depth. Thus, in a trench requiring 750mm of backfill, it will be installed in 5 stages of 150mm. Every 150mm layer of soil must be compacted with a whacker, with no stones exceeding a diameter 150mm. The contractor may use (virgin) soil that has been excavated from the trench for Backfilling, however, large rocks are to be removed. Compaction Compaction of padding around the pipe will only be executed manually using a tamping tool (hand compacter). Manual compaction should continue until the pipe is completely covered with both padding and backfill. Hereafter, a vibratory plate compactor (whacker) must be used. Duct Installation The duct installations must conform to the standards / guidelines as outlined by the

coiled, damaged or kinked during installation. Trench Tape Trench Tape should be bright yellow in colour and 300mm wide and 300 micron thick The tape should be placed 250mm-300mm below the surface. Printing on the tape should display the following: DANGER! OPTIC FIBRE BELOW! in red, bold letters, at least 200 point font size. DCP Testing DCP testing will be done up to 700mm deep from the surface. Reinstatement of surfaces The Reinstatement of Roads, Footpaths, etc. – will abide to the DB Standard Specification (SANS 1200). The Contractor must restore all surfaces concerned to the original (or better) state. Manholes Construction of manhole -rural & urban - Manhole 1.0mx 1.0m x 1.2m (LxBxD in meters) inner dimensions. Installation of pre-manufactured manhole -rural & urban - (Concrete or HDPE) - round manhole (1.2m diameter and 1.2m deep) or square manhole (1.0m x 1.0m x 1.0m). Wayleaves Management The service provider is expected to acquire all required wayleaves. Health and Safety Contractor to adhere to Health and Safety regulations as set out in the appropriates Acts governing Safety in the Republic of South Africa. As build documentation Contractor to provide as build documentation for the Works after completion of the project.

(c) Fibre Works The characteristics of standard single-mode optical fibres are to be in compliance with those presented in the ITU-T Recommendation G.655D. The fibres shall be manufactured from high grade silica, doped as necessary to achieve the required light guiding properties, and designed with a matched-cladding, step-index profile.

Page 89: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

83

Each cable drum must be tested before delivery. An approved Optical Time Domain Reflectometer, with the stipulated software, must be used for the testing and measuring of the fibres. Records of all the results must be kept for reference purposes. The cable lengths must be delivered in excess of or equal to 4 010 meters, unless otherwise specified. The excess of 10 meters shall be used for cutback and testing and shall not be considered as part of the drummed cable length. Fibre Cable Specification Singlemode fibre G655.D Fibre Attenuation: <0.22 dB/km at 1550nm Chromatic dispersion: <6.2ps/nm.km at 1550nm Polarisation Mode Dispersion: <0.2ps/ √km. Maximum splice attenuation (1550nm) = 0.2dB Maximum connector attenuation (1550nm) = 0.2dB Blown Fibre Blown fibre units are units of 12, 24, 48, 72 or 96 optical single mode fibres optimized for blowing into primary 9.8/12 mm (inside/outside diameter) mini-ducts integrated in multi-tube assemblies. Cable sizes of 12, 24, 48, 72 and 96-strands MUST be supplied with G.655D fibre. Blown fibre strands shall meet the requirements of ITU G.655D and all tests shall be performed in accordance with IEC 60793-1, IEC 60794-1, IEC 60068, BS EN 60068 and British Telecom specification CW1500. Ruggedized Duplex Fibre Patch leads This specification covers the minimum standards and requirements for ruggedized patch leads without connector identification. The 3.8mm duplex patch leads must be available in both G.655 and G.652 fibre types. The patch leads will be used indoors to connect fibre and equipment ports, and also in rough environments like in ceiling voids and under floors. Blown Fibre Installing Fibre Cable Slack in Manhole 30 metres of cable slack to be set up on brackets along the manhole walls. Please note that G.655D specification does not cover the 1310nm window, which means that the cable is not rated for operation outside of the C-band (1530-1565nm). Please note the following:

Maximum splice attenuation (1550nm) = 0.2Db;

Maximum connector attenuation (1550nm) = 0.2Db.

(d) Fibre Monitoring A Telco grade Fibre Monitoring solution should be installed when the fibre installation is complete. The solution is to be used to monitor the physical fibre infrastructure, manage faults and fibre degradation. The solution is required to have integration with a GIS tool. The following features are required:

24/7 detection, location and tracking of fibre degradations and faults;

Secured centralized client-server solution;

Comprehensive monitoring and reporting capabilities;

Turnkey fault-on-map solution with inventory and GIS;

Web-based element management system (EMS) and remote test unit (RTU);

Page 90: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

84

Network Quality Monitoring and assurance. (e) Infrastructure Security (Manhole Security)

The manhole security system must meet the following specifications:

Centralised Management Platform;

Locking Device must not require power for its operation. Battery life must not be less than 10 years;

The locking devices must have the ability to be retrofitted into existing manholes;

The locking device must be IP67 rated;

The solution must have GIS Integration;

The communication must be over GSM network;

The solution must use an electronic key;

The solution must have comprehensive reports all access events;

The locks must be installed in 200 manholes.

Three (3) year Maintenance and Support for the fibre monitoring solution and manhole security system is required for the proposed solution.

(f) Bill of Quantities The complete BOQ can be found in the pricing section of this tender document (Part C2). The quantities are based on the following information: Planning and Design

Route Distance: 23 000 meters. Fibre Monitoring

Length of fibre to be monitored: 150km

Monitoring stations: 4 Manhole (Infrastructure) Security

Number of Manholes to be fitted: 200 (As described above)

Number of Keys Required: 10

(d) Work by Others (i) The Contractor is to allow for the coordination between his works and other Contractors

appointed by the client and allow them access onto the site and use of adjacent land for construction, as and when required.

(ii) The contractor is also to allow for the attendance of a separate contractor installing Street Lighting under the direct supervision of City Power.

C3.1.2.3 Restricted access of the site

The tenderer’s attention is brought to the fact that at the start of the project some portions of the site may not be accessible until the services affecting the construction have been relocated and/or moved. The tenderer is to allow in his programme for works to proceed within the confines of the site as indicated at site handover and to return to the inaccessible sections as and when they become available to finish off the works.

Page 91: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

85

C3.1.3 EXTENT OF THE WORKS

C3.1.3.3 Services

Existing services will be encountered along the construction route. The Contractor shall be responsible to obtain the required wayleaves from the service owners to allow the construction works. The Contractor shall be required to take special care when crossing the services or installation of the fibre optic infrastructure parallel along the existing services. The Contractor shall be responsible to expose the existing services and cross the services in line with the method specified in the appropriate wayleaves.

(a) Telkom

Telkom lines will be encountered mainly at intersections. If any damages occur (as a result of the Contractor’s operations) the Contractor will be required to contact Telkom to arrange for timeous reparations to the services (at the Contractor’s expense). The Contractor may not repair any damages himself, unless specifically instructed (in writing) by Telkom to do so.

(b) Municipal services

Municipal services are foreseen along the roads. Some of these services are indicated on the As Built Drawings. The Contractor should identify and clearly mark the existing services to prevent damages to the services.

(c) Fibre optic cables

Fibre optic cables will be encountered along the full length of the road. If any damages occur (as a result of the Contractor’s operations) the Contractor will be required to contact the relevant service provider to arrange for timeous reparations to the services. The Contractor may not repair any damages himself, unless specifically instructed (in writing) by the relevant service provider, to do so. The cost of repairs will be to the Contractor’s Account.

C3.1.4 CONSTRUCTION PROGRAMME

The time for completion, as stated in the Contract Data in terms of Clause 1.1.3.3 of the Conditions of Contract, is 10 (ten) months, inclusive of year end break (builder's holidays). The Contractor shall plan and programme his construction sequence for completion within the time period specified taking into account the wayleaves, identification of services and other working restrictions.

C3.1.5 CONTRACTOR’S SITE CAMP AND SITE FACILITIES AVAILABLE

C3.1.5.1 Location of Contractor’s site camp

No specific land has been made available for the Contractor’s site camp and office facilities for the Engineer. The Contractor shall make his own arrangements concerning a suitable approved site and location, as well as the provision of water, electricity and other services for the camp site and office facilities. The Contractor’s site camp shall be maintained in a neat and tidy condition and on completion of the Works, the camp area shall be cleared and reinstated; all to the satisfaction

Page 92: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

86

of the Engineer. Any damage to property shall be made good to the satisfaction of the Engineer and at the Contractor’s expense.

C3.1.5.2 Provision for services

The Contractor shall make his own arrangements concerning the supply of electrical power and all other services. No direct payment will be made for the provision of electrical and other services. The cost thereof shall be deemed to be included in the rates and amounts tendered for the various items of work for which these services are required.

C3.1.6 SITE FACILITIES REQUIRED

Office facilities as scheduled are required on the site for the Engineer or his representative.

C3.1.7 FEATURES REQUIRING SPECIAL ATTENTION

C3.1.7.1 Existing services

Various types of services, both overhead and underground, exist within the boundaries of the site. It is envisaged that it will be necessary for the Contractor to protect existing services. Should any work become necessary due to unforeseen circumstances then all work shall be done strictly in accordance with the requirements of the relevant service owner and in accordance with the requirements of the relevant wayleaves. All costs related to the contents of this paragraph shall be deemed to be included in the rates and amounts tendered for the various items of work for which these services are required.

C3.1.7.2 Proposed services

No new services are envisaged in this contract.

C3.1.7.3 Damage to existing services

Contractor is responsible for scanning of existing services and ensuring they are not damaged during construction.

C3.1.7.4 Construction in restricted areas

It will be necessary for the Contractor to work within restricted areas. No additional payment will be made for work done in such areas, despite indications to the contrary in the Standard Specifications.

C3.1.7.5 Water for construction purposes

The Contractor must make adequate provision in his tender for all negotiations and procurement of water for construction activities and all related costs will be deemed to be included in his tendered rates.

C3.1.7.6 Weatherproof protection for workers

All staff required to continue working during rain shall be provided with approved protective clothing and footwear.

Page 93: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

87

C3.1.7.7 Nightwork and work on public holidays

When the Contractor requires staff to work overtime or at night, in accordance to the Basic Condition of Employment Act, he shall make the necessary arrangements with the Engineer and obtain written approval from the Engineer. The Contractor shall bear all the cost of his overtime and or night work.

C3.1.7.8 Environmental requirements

The Contractor shall take particular note of the environmental requirements contained in Part C3.5.2 of the Management Section.

Personnel and plant shall not enter property beyond the road reserve boundary irrespective of whether or not the boundary is fenced. The Contractor shall take every precaution to avoid damage to vegetation within that area of the road reserve which falls outside the designated work area as indicated on the drawings. Any damage caused is to be repaired at the Contractor’s expense. Storage and stockpiling of materials within the road reserve will not be permitted without the written consent of the Engineer. Excess material from excavations and waste material shall be spoiled off site at suitable locations.

C3.1.8 ACCOMMODATION OF TRAFFIC

C3.1.8.1 General

a) The safety and convenience of the travelling public is to be considered of utmost

importance and every effort must be made to ensure that all temporary road signs, cones, flagmen and speed controls are maintained and effective, and that courtesy is extended to the public at all times.

b) It is important that the traffic accommodation requirements described in these

specifications are adhered to and that all installations meet with the approval of the relevant traffic authority.

c) Construction work, including the erection and removal of traffic control facilities, shall be

executed within the specified, out of peak hours, on Monday to Saturday, inclusive. Accommodation of traffic on the existing traffic lanes will be required throughout the construction contract period.

d) It should be noted that Sundays are specified as “Special non-working days” in the

Contract Data. In terms of the General Conditions of Contract the Engineer’s permission has to be obtained for work to be carried out on special non-working days, for which permission shall be applied for at least 2 days prior to the day. The contractor’s attention is drawn to the Basic Condition of Employment Act (BCEA), with reference to staff working on Sunday and more than 6 days a week.

e) The travelling public has the right of way on public roads, and the Contractor shall make

use of approved methods to control the movement of his equipment and vehicles so as not to constitute a hazard on public roads.

Page 94: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.1: Description of the Works

88

f) Failure to maintain road signs, warning signs or flicker lights, etc, in good condition shall constitute ample reason for the Engineer to bring the works to a stop until the road signs, etc., have been repaired to his satisfaction and to impose the penalties of R2,500.00 (excluding VAT) per day.

g) The Contractor may not commence construction activities before adequate provision has

been made to accommodate traffic in accordance with the requirements of these specifications and Chapter 13 of Volume 2 of the South African Road Traffic Signs Manual (SARTSM).

h) The Contractor shall submit proposals in connection with all signs and accommodation of

traffic to the Engineer for approval. i) Access to properties shall be provided at all times. Should any access need to be

temporarily closed, such a closure shall be communicated with the affected parties. The Contractor shall only commence with access restriction or closures upon approval of the affected parties and such approval shall be provided to the Engineer.

j) The contractor must make provision for the use of Outsurance points-men at intersections

where the traffic lights are non-functional, specifically during traffic peak hour periods during the construction period.

k) The safe on-going use of the roadway under construction, including all planned detours and

intersections shall be the full responsibility of the Contractor. Penalties, of R2,500.00 (excluding VAT) per day shall be imposed on the Contractor should it be found by the Engineer that traffic flow is interrupted as a result of the Contractor’s negligence.

Page 95: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.2: Engineering

89

C3.2 ENGINEERING

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

CONTRACT NO.: JDA-WP 15N-02

(a) DRAWINGS

The Contractor shall be required to prepare and submit Construction Drawings. The Construction Drawings must be approved by the Engineer before construction may commence. The Contractor shall submit to the Engineer two (2) paper prints of the proposed construction drawings for approval. The Engineer shall have five (5) working days to comment or approve the construction drawings. No construction activities may commence prior to the approval of the construction drawings. Only figured dimensions shall be used and drawings shall not be scaled unless otherwise instructed. The Contractor shall ensure that accurate as-built records are kept of all infrastructure installed or relocated during the contract. The position of pipe bends, junction boxes, duct ends and all other underground infrastructure shall be given by either co-ordinates, or stake value and offset. Where necessary, levels shall also be given. A marked-up set of drawings shall also be kept and updated by the Contractor. This information shall be supplied to the Engineer’s Representative on a regular basis. Any information in the possession of the Contractor, which the Engineer requires to complete his record drawings shall be supplied to the Engineer’s Representative before a certificate of completion will be issued.

Page 96: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.3: Procurement

90

C3.3 PROCUREMENT

3.3.1 Requirements

The contractor shall be required to adopt labour based techniques through the full spectrum of

the works with the proviso that the Clients specific objectives regarding time and quality are not

compromised. Maximisation of employment shall be of the essence on this contract.

Together with their tenders, all Tenderers are required to submit a comprehensive

implementation plan clearly stating the labour content and number of jobs that shall be created.

The employment of labour shall be reflected in a programme in sufficient details to enable the

Project Manager to monitor and compare it with the implementation plan. The Contractor shall be

required to submit employment data on a monthly basis to the Project Manager.

Tenderers are to also note that it is an explicit condition of this tender that all unskilled

labourers on the project are to be employed from the local community. The Contractor

shall in general, maximise the involvement of the local community.

3.3.2 Subcontracting – Special Conditions of Contract

Participation and Advancement of Start-Up, Small and Micro Enterprises

The City of Johannesburg has identified job creation and access to procurement opportunities by

Start-ups, Small and Micro enterprises (SMMEs) as an essential requirement towards building an

economically viable City. In this regard, the following definitions are applicable:

“Start-up Enterprises” means an enterprise that has been in existence and operating for less than

two years.

“Small Enterprises” means an enterprise that has a CIDB grading designation of 1 or 2.

“Micro Enterprises” means an enterprise that has a CIDB grading designation of 3.

“Locally based SMMEs” means enterprises that have their operational base in the ward in which

the project is to be executed or, alternatively, the members of the enterprise are resident in the

particular ward. Should suitable locally based SMME contractors as defined above not be

available in the particular ward, then they shall be sourced from adjacent wards.

It is a condition of this tender that successful contractor is required to take full responsibility of

managing all appointed subcontractor and the quality of their works. The contractor will be

expected to pay SMMEs full rates as submitted by the Contractor to the JDA.

The form of contract to be used with SMMEs is the SAFCEC General Conditions of Sub-Contract

for Civil Works or a JDA approved form of contract. The Contract Data must record the specific

requirements in respect of penalties, retention and payment. With regard to the latter, the

Contractor is to allow for fortnightly certificates from the SMMEs and for payment to the SMMEs

to be effected within 7 days of certification.

Page 97: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.3: Procurement

91

In order to achieve the goals of this policy and to ensure that the SMMEs are treated fairly and

given every opportunity to advance their business whilst delivering a successful project, the

Contractor is to note the following and provide for any cost that may be associated therewith.

1. If appropriate, the SMME bill of quantities is to provide for market related P&G items in order

that the SMME may be compensated for any unforeseen delays or events that impact on his

ability to complete his works.

2. The Contractor will be expected to have clearly specified the programme dates to the SMME

contractors and these dates are to be included in the contract of agreement between the two

parties. The Managing Contractor is to monitor the SMME contractor’s progress against the

programme and hold progress meetings with the SMME contractors where minutes are to be

kept and signed off by both parties.

3. The Contractor is to assess the skills of the SMME contractor and provide the relevant

support and training where it is necessary in order for the SMME contractor to complete the

works to programme, budget and specification. The Managing Contractor will be expected to

provide on-site training to the SMME contractors that will ensure that the SMME contractor’s

staff is suitably trained to execute the works and that they receive sufficient relevant

experience on the project.

4. The Contractor is responsible for safety compliance on the project and will assist the SMME

contractors in all aspects to achieve safety compliance, that will include:

a) Assisting the SMME contractors with developing their safety files, legal appointments, etc

b) Assisting the SMME contractors with achieving safety on site.

c) Having tool box talks with the SMME contractor’s employees on a daily basis.

d) Providing all safety equipment and signage.

e) Providing safety training where necessary.

5. The Contractor is to provide all the necessary equipment for the timeous monitoring and the

checking of the quality of works as carried out by the SMME contractors. The Managing

Contractor will be expected to monitor the SMME contractor’s works for quality compliance

and provide all the necessary support to the SMME contractors in order to achieve quality

requirements. The Managing Contractor is to ensure that if the SMME contractor’s quality of

works does not achieve specification the Managing Contractor will assist the SMME

contractors to achieve specification and not allow the works to continue until the quality

requirements are achieved.

6. The Managing Contractor is to generate monthly reports for the JDA that includes the

following:

a) SMME contractor resources on the site, i.e. supervisors, labour, plant tools and

equipment

b) SMME contractor progress of works on site.

c) SMME contractor quality control on site.

d) SMME contractor expenditure on the project versus target expenditure.

e) Copies of minutes of the SMME contractor and Managing Contractor progress meetings.

f) Concerns and improvements to be made.

Page 98: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.3: Procurement

92

The tenderers rates shall be deemed to include all labour, plant and materials to achieve

full compliance with the above requirements. Failure of the Contractor to achieve these

requirements may result in the JDA enforcing compliance by appointing 3rd parties if

necessary to assist and deducting all reasonable costs for achieving compliance from

money due to the Contractor.

Following from the above, the SMME’s to be contracted on the project must be selected from the

provided database which will be given to the successful bidder. The database includes SMME

that are youth, women owned, disabled and ex-combatants. The contractor will be expected to

give preference to SMME’s that comply with all/most of these groups. The following information

must be provided by said contractor on the date of tender closure.

1. Detailed approach and methodology on dealing with SMME’s

2. Quality control and reporting process and procedures.

3. Clear organisational structure for managing SMMEs.

4. A separate Programme (anticipated start, duration and end dates) applicable to the works to

be executed by SMMEs.

JDA reserves the right to terminate the Contract, should the appointed contractor fail to

satisfactorily address the above requirements (1 to 6) within 14 days of the

commencement date of the contract. Approved documentation will form part of the

contract.

3.3.3 Resource standard pertaining to targeted procurement

The Resource Specification is for SANS 1914-4: Participation of Enterprises and targeted labour

(local resources).

Enterprises and targeted labour groups will be identified by the Community Liaison Officer, in

consultation with the local Ward Councillor

Page 99: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

93

C3.4 PART C: PROVISION OF THE TEMPORARY WORKFORCE CONTENTS SECTION DESCRIPTION PAGE C1 SCOPE 93

C2 INTERPRETATIONS 93

C3 PERMITTED SOURCES OF TEMPORARY WORKERS 94

C4 EMPLOYMENT RECORDS TO BE PROVIDED 94

C5 VARIATIONS IN WORKER PRODUCTION RATES 94

C6 TRAINING OF THE TEMPORARY WORKFORCE 95

C7 RECRUITMENT AND SELECTION PROCEDURES 95

C8 TERMS AND CONDITIONS PERTAINING TO THE EMPLOYMENT OF THE

TEMPORARY WORKFORCE 96

C9 LABOUR RELATIONS AND WORKER GRIEVANCE PROCEDURES 96

C10 THE SUBCONTRACTORS’WORKFORCES 97

C11 MEASUREMENT AND PAYMENT 97

C1 SCOPE

This Specification covers the provisions and requirements relating to the provision of the temporary workforce.

C2 INTERPRETATIONS

C2.1 Supporting documents

The Tendered Rules, Conditions of Contract, Standard and Construction Specifications, Drawings and statutory minimum requirements relating to the employment and remuneration of labour shall inter alia be read in conjunction with this Specification.

C2.2 Definitions and abbreviations

For the purposes of this specification, the definitions given in the Conditions of Contract, the Standard Specifications and the Construction Specifications, together with the following additional definitions shall, unless the context dictates otherwise, apply:

(a) "Key Personnel" means all contracts managers, site agents, materials and survey

technicians, trainers, supervisors, foremen, skilled plant operators, artisans and the like, and all other personnel in the permanent employ of the Contractor or Subcontractor who possess special skills and/or who play key roles in the Contractor's or Subcontractor's operation.

(b) "Project Committee" means a committee consisting of the Employer, the Engineer, the

Contractor, (or their nominated representatives) as well as representatives of the temporary workforce, which is convened from time to time at the discretion of the Engineer, for the

Page 100: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

94

purposes of acting as an avenue for effective communication and liaison between all the parties referred to, in all matters pertaining to the Contract.

(c) "Subcontractor" means any person or group of persons in association, or firm, or body

corporate (whether formally constituted or otherwise) not being the Contractor, to whom specific portions or aspects of the Works are sublet or subcontracted by the Contractor in accordance with the provisions of the Contract.

(d) "Worker" for the purposes of this Specification means any person, not being one of the

Contractor's key personnel, nor any key personnel of any Subcontractor, who is engaged by the Contractor, a Subcontractor or the Employer to participate in the execution of any part of the Contract Works and shall include unskilled labour, semi-skilled and skilled labour, clerical workers and the like.

(e) "Workforce" means the aggregate body comprising of all workers and shall, unless the

context dictates otherwise, include the workforces of the Contractor and all Subcontractors. (f) "Liaison Officer" means a representative from the temporary workforce, duly elected by them,

to act on their behalf and through whom all matters pertaining to the temporary workforce can be channelized.

C2.3 Status

Where any provisions or requirements of this Specification are in conflict with anything elsewhere set out in the Contract, the provisions and requirements of this Specification shall take precedence and prevail.

C3 PERMITTED SOURCES OF TEMPORARY WORKERS

The Contractor shall as far as possible make optimum use of the human resources outside his own workforce and the workforces of all Subcontractors. The temporary workforce which is to be used in the execution of the Works in terms of Part A may consist of the workers of various communities, and shall not be bound to one particular community.

C4 EMPLOYMENT RECORDS TO BE PROVIDED

The Contractor shall maintain accurate and comprehensive records of all workers engaged on the Contract and shall provide the Engineer at monthly intervals from the commencement of the Contract, with interim records substantiating the actual numbers of employment opportunities which have been generated to date and the amounts actually paid in respect thereof. Such interim records shall be in a format approved by the Engineer. The Contractor shall, on completion of the Contract, and as a pre-requisite event to the release of any retention money in terms of the Conditions of Contract, provide the Engineer with copies of the Terms of Employment as well as independently audited documentary evidence of the total number of temporary and permanent employment opportunities actually generated during the Contract.

C5 VARIATIONS IN WORKER PRODUCTION RATES

Notwithstanding anything to the contrary as may be stated in or inferred from any other provision of this Contract, the Contractor shall not be entitled to any additional payment or compensation whatever, in respect of any differences as may result between the production

Page 101: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

95

rates actually achieved by workers in the course of the execution of the Contract Works and those production rates on which he has based his Tendered.

C6 TRAINING OF THE TEMPORARY WORKFORCE

Selected members of the workforce are to be provided with structured training in accordance with the provisions of Part D. The Contractor shall make all necessary allowances in his programme of work to accommodate and facilitate the delivery of such structured training and shall comply fully with the requirements of Part D. The provision of structured training as described in Part D shall not relieve the Contractor of any of his obligations in terms of the Conditions of Contract and the Contractor shall remain fully liable for the provision, at his own cost, of all training of the workforce, additional to that as provided for in Part D, as may be necessary to achieve the execution and completion of the works strictly in accordance with the provisions of the Contract.

C7 RECRUITMENT AND SELECTION PROCEDURES

The Contractor shall be fully responsible for the recruitment and selection of workers to constitute the temporary workforce. The Contractor shall advise the Engineer in writing of the numbers of each category of temporary worker which he requires, together with the personal attributes which he considers desirable that each category of worker shall possess (taking due cognisance of the provisions of the Contract relating to training). The Contractor shall, at his own cost, take all necessary actions to advertise within the communities comprising the personnel resources, the fact that temporary employment opportunities exist and the time and place where recruiting will occur. This shall include making contact with the local ward councillors and or labour forums that may exist. Delays in obtaining temporary workers shall not be accepted as reasonable grounds for seeking an extension of time claim. The Contractor shall record in writing, the details of all persons applying for employment, including inter alia:

(a) Name, address, age and sex. (b) Marital status and number of dependants. (c) Qualifications and previous work experience (whether substantiated or not). (d) Period since last economically active. (e) Preference for type of work or task.

The Contractor shall make his selection of workers from amongst the applicants, taking due cognisance of his requirements for the workforce and the provisions of the contract in regard to the provision of training to the workforce and in accordance with the following principles:

Page 102: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

96

(a) No potential temporary worker shall be precluded from being employed by the Contractor on the execution of the Works, by virtue of his lack of skill in any suitable operation forming part of the Works, unless:

(i) all available vacancies have been or can be filled by temporary workers who already

possess suitable skills, or (ii) the Time for Completion allowed in the Contract, or the remaining portion of the

Contract Period (as the case may be) is insufficient to facilitate the creation of the necessary skills.

(b) Preference shall be given to the unemployed and single heads of households. (c) The Contractor shall, in so far as is reasonably practicable, give priority to accommodating

the applicants' expressed preferences regarding the types of work for which they are selected.

(d) The selection process shall not be prejudicial to youth (over the age of fifteen years) and

women.

After making his selection, the Contractor shall advise the Engineer thereof, in writing and the Engineer shall, without undue delay, ratify the Contractor's selection. The provisions of this clause shall apply mutatis mutandis in respect of the selection of additional or replacement members of the workforce as may be necessary from time to time during the Contract. The Contractor shall, after selecting his temporary workforce, arrange at his own cost for the appointment of the Liaison Officer as representative of the workforce to act on their behalf with regards to all matters pertaining to the workforce.

C8 TERMS AND CONDITIONS PERTAINING TO THE EMPLOYMENT OF THE TEMPORARY WORKFORCE

C8.1 All temporary workers engaged in accordance with the provisions of the Construction

Specifications, shall be employed on the terms and conditions of employment as are consistent with those as set out in this Contract. The Contractor shall implement and adhere strictly to such terms and conditions relating to the employment of the temporary workforce, and subject only to the provisions of this Contract, shall not employ any temporary worker on terms and conditions which are less favourable to the worker or inconsistent with the standards and norms generally applicable to temporary workers in the Civil Engineering Industry and applicable to the particular area.

C8.2 The Contractor shall pay to all temporary workers engaged in terms of Part A of the

Construction Specifications, not less than the minimum rate of remuneration as specified by the Department of Labour for the Gauteng area.

C9 LABOUR RELATIONS AND WORKER GRIEVANCE PROCEDURES

The Contractor, as the Employer of the workforce, shall be fully responsible for the establishment and maintenance at his own cost, of satisfactory labour relations on site and the resolution of all grievances of temporary workers as may occur. The Contractor shall at all times adhere to the accepted norms and standards of labour relations prevailing generally in the Civil Engineering Construction Industry and shall conduct

Page 103: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

97

himself in a fair and reasonable manner, within the constraints as may be imposed upon him by the terms of the Contract. In the event of any temporary worker engaged by the Contractor in terms of the Contract, being aggrieved with regard to his terms of employment, working conditions and training, he shall have the right, at his discretion, to be supported in any inquiry or disciplinary hearing or investigation instituted by the Contractor by one member of the temporary workforce and one member of the Project Committee, which persons shall be nominated by the worker. In the event of any grievance not being satisfactorily resolved through the application of normal dispute resolution procedures, then either the Contractor or the worker concerned may require that the matter be referred to the Project Committee for further consideration, with a view to facilitate the resolution thereof.

C10 THE SUBCONTRACTORS' WORKFORCES

The provisions of this Part F shall apply mutatis mutandis to the workforces employed by all Subcontractors engaged by the Contractor and the Contractor shall be fully responsible for ensuring, at his own cost, that the terms of every subcontract agreement entered into are such as to facilitate the application of these provisions in respect of the workforces of all Subcontractors. The Contractor shall at his own cost and to the extent necessary, assist and monitor all Subcontractors in the application of the provisions of this Specification, and shall, in terms of the Conditions of Contract, remain fully liable in respect of the acts, omissions and neglects of all Subcontractors, in respect of the application of the provisions of this Specification.

C11 MEASUREMENT AND PAYMENT

The Contractor will not be separately reimbursed or compensated in respect of the provision of the workforce and creation of temporary employment opportunities and all the Contractor's costs associated with compliance with the provisions of this part of the Construction Specifications shall, except to the extent provided for in Part D as relevant, be deemed to be included in the rates tendered for the various items of work listed in the Bill of Quantities.

Page 104: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

98

C3.4.4: PART D PROVISION OF STRUCTURED TRAINING

CONTENTS SECTION DESCRIPTION PAGE D1 SCOPE 98

D2 INTERPRETATIONS 98

D3 ENGINEERING SKILLS TRAINING 98

D4 ENTREPRENEURIAL SKILLS TRAINING 100

D5 MEASUREMENT AND PAYMENT 102

D1 SCOPE

This specification covers the requirements for the provision of the following training:

(a) Specified structured training to selected members of the workforce and small, medium and

micro enterprises (SMME's) by a selected Subcontractor as appointed by the Employer.

(b) Additional training deemed necessary by the Contractor, to members of the workforce and small, medium and micro enterprises (SMME's).

D2 INTERPRETATIONS

D2.1 Supporting documents

The Tendered Rules, Conditions of Contract, Standard, Supplementary and Specific Specifications and Construction Specifications and drawings shall inter alia be read in conjunction with this specification.

D2.2 Application

The provisions of this specification shall apply in respect of all workers and small, medium and micro enterprises other than the Contractor's key personnel, who are engaged on the execution of the works.

D3 ENGINEERING SKILLS TRAINING

The Contractor shall, from the commencement of the contract, implement a structured training programme comprising of the training delivered by the Selected Subcontractor and any additional training as provided for by the Contractor, in which the various skills required for the execution and completion of the works are imparted to the workers, and where applicable, small, medium and micro enterprises engaged thereon, in a Programmed and progressive manner. Selected workers shall be trained progressively throughout the duration of the contract in the various stages of a particular type of work.

D3.1 Training programme

The skills training programme to be implemented by the Selected Subcontractor shall comply with the following minimum standards:

Page 105: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

99

(a) Be accredited by the Civil Engineering Industry Training Scheme (CEITS) or other

institution recognised by the Department of Labour, as being appropriate for application on this project. Accredited training refers to both the trainers as well as to the training materials.

(b) Be delivered by suitably qualified and experienced trainers accredited to do so.

D3.2 In house training

The Contractor shall provide with his Tender, full details of any additional accredited and in-house training, viewed to be necessary by the Contractor, which he intends to implement at his own cost. These details shall include the following:

(a) The name of the accredited training institution and programme (b) The various aspects of each type of training comprised in the programme (c) The manner in which the training is to be delivered (d) The numbers and details of the trainers to be utilised.

D3.3 Additional training

The Contractor shall be responsible for the provision of the following necessary for the delivery of the specified and additional skills training programme, including the following:

(a) Sufficient skilled, competent and accredited trainers to deliver the additional training

programme to workers in accordance with the training programme (b) A suitably furnished venue (c) Transport of the workers as required (d) Tools, equipment, and teaching aids (e) Stationery and all other necessary materials.

D3.4 Selection of candidates

Members of the workforce will be selected by the Engineer, assisted by the Contractor and the Liaison Officer, to receive specific training as approved by the Engineer. The following will be taken into account in the selection of the workers to receive the specified training:

(a) Previous experience (if any) (b) Previous courses completed (if any) (c) Module specific requirements.

Page 106: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

100

D3.5 Duration of training The Contractor shall allow in his programme for the selected members of the workforce to be engaged in the specified training modules. Provision must also be made by the Contractor for members of the workforce to receive any additional training as provided for by the Contractor.

D3.6 Training hours

All specified skills-related training shall take place only during normal working hours and the Contractor shall ensure that the selected workers are available at the appropriate times to undergo such training.

D3.7 Approval of training

Both the Selected Subcontractor’s and the Contractor's additional training programme shall be subject to the approval of the Engineer, and if so instructed by the Engineer, the Contractor shall alter or amend the programme and course content to suit changing conditions on site and all changes in the Contractor's programme of work.

D3.8 Training record

The Contractor shall keep comprehensive records of the training given to each worker involved in training as well as the nature and number of each task executed by the worker and whenever required shall provide copies of such records to the Engineer.

D3.9 Remuneration during training

Workers shall be remunerated in respect of all time spent undergoing the specified training in terms of Clause D3.2, at the minimum specified wage rate for the area of the Works.

D3.10 Use of workers

The Contractor shall, in so far as it is reasonably feasible, take due cognizance of the nature of the works to be executed at any given time and use trained workers on those aspects of the works for which they have been trained.

D4 ENTREPRENEURIAL SKILLS TRAINING

D4.1 Selection of Candidates

Members from selected small, medium and micro enterprises employed by the Contractor as Subcontractors will be entitled to receive a structured training programme, comprising of training delivered by a Selected Subcontractor and any additional training as provided for by the Contractor, the training will comprise both management skills as well as business development skills.

D4.2 Performance and monitoring

The Contractor shall closely monitor the performance of all the Subcontractors in the execution of their contracts and shall identify all such Subcontractors who, in his opinion, display the potential to benefit from structured training as may be provided for elsewhere in the Contract and where required by the Engineer, and shall make recommendations in this

Page 107: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

101

regard. The final list of candidates will be decided between the Contractor, the Engineer and the Project Committee.

D4.3 Delivery of training

The Contractor shall assist in facilitating in the delivery of the training, by instructing and motivating the Subcontractor’s regarding attendance and participation therein.

D4.4 Programming of work and training

The Contractor shall further make all reasonable efforts to co-ordinate the programming of the Subcontractor's work with that of the delivery of the structured training.

D4.5 Training standards

The entrepreneurial skills training programme to be implemented by the selected Subcontractor shall comply with the following minimum standards:

(a) Be accredited by the Civil Engineering Industry Training Scheme (CEITS) or other institution

recognised by the Department of Labour, as being appropriate for application on this project. Accredited training refers to both the trainers as well as to the training materials.

(b) Be delivered by suitably qualified and experienced trainers accredited to do so.

D4.6 Certificates

Following completion of the structured training, members of small, medium and micro Subcontractors that have demonstrated understanding of and competence in the training material are to be appropriately certified by the accrediting body.

D4.7 In house training and additional training

The Contractor shall provide with his Tendered, full details of any additional accredited and in-house training, viewed to be necessary by the Contractor, which he intends to implement at his own cost. These details shall include the following:

(a) The name of the training institution and programme (b) The various aspects of each type of training comprised in the programme (c) The manner in which the training is to be delivered (d) The numbers and details of the trainers to be utilized.

Details of such additional entrepreneurial training shall be attached to Form H of the forms to be completed by the Tenderer.

D4.8 Provision of entrepreneurial training

The Contractor shall be responsible for the provision of the following necessary for the delivery of the entrepreneurial training programme, including the following:

(a) Sufficient skilled and competent trainers to deliver the additional training programme to

trainees in accordance with the training programme

Page 108: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

102

(b) A suitably furnished venue (c) Transport of the trainees as required (d) Tools, equipment, and teaching aids (e) Stationery and all other necessary materials.

D4.9 Training hours

All specified entrepreneurial training shall take place within normal working hours. D4.10 Approval of training

Both the Selected Subcontractor’s and the Contractor's training programme shall be subject to the approval of the Engineer, and if so instructed by the Engineer shall alter or amend the programme and course content.

D4.11 Training records

The Contractor shall keep comprehensive records of the training given to each Subcontractor involved in training and whenever required shall provide copies of such records to the Engineer. At the successful completion of each course each Subcontractor shall be issued with a certificate indicating the course contents as proof of attendance and completion.

D4.12 Remuneration during training

No remuneration in respect of time spent undergoing specified training in terms of this clause will be made to any of the Subcontractors.

D5 MEASUREMENT AND PAYMENT

D5.1 Basic principles

a) General

Measurement and payment for all work executed in terms of this contract shall be measured and paid for in accordance with the principles set out in SANS 1200, irrespective of whether the work is executed as an integral part of the provision of training in terms of this specification.

b) Training

The Contractor shall only be reimbursed for the amounts actually paid by the Contractor to the Selected Subcontractors as appointed by the Employer, in execution of the Engineer’s written instruction, plus a percentage as Tendered to cover all his charges and profits.

D5.2 Scheduled items

Payment items must be included in the Bill of Quantities under Section 1200A for the provision of the specified training by selected Subcontractors only. Any additional training as

Page 109: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.4: Construction (Civil and Structures)

103

viewed by the Contractor to be necessary shall be viewed to be included and shall not be paid for separately.

Page 110: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

104

C3.5 MANAGEMENT

CONTENTS

SECTION DESCRIPTION PAGE C3.5.1 HEALTH AND SAFETY SPECIFICATIONS

SECTION E1000: HEALTH AND SAFETY REQUIREMENTS 105

C3.5.2 ENVIRONMENTAL SPECIFICATIONS

SECTION F1000: ENVIRONMENTAL MANAGEMENT 117

Page 111: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

105

C3.5.1 HEALTH AND SAFETY SPECIFICATIONS

This part of C3.5 Management contains specifications for Health and Safety matters not covered by C3.4 Construction Specifications. The number of each clause in this specification is prefixed with a E to differentiate these clauses and items.

SECTION E1000: HEALTH AND SAFETY REQUIREMENTS

CONTENTS

SECTION DESCRIPTION PAGE E1001 SCOPE 105

E1002 DEFINITIONS 105

E1003 INTERPRETATION 107

E1004 REQUIREMENTS 107

E1001 SCOPE

This health and safety specification establishes the overarching framework within which a contractor is required to satisfy general requirements for occupation health and safety in an engineering and construction works contract.

Note: (1) This specification establishes general requirements to enable the employer and the

contractor to satisfy the Occupational Health and Safety Act, 1993 (Act No. 85 of 1993) and the Construction Regulations, 2014.

(2) The Construction Regulations, 2014, require an employer to stop any contractor

from executing construction work which is not in accordance with the contractor’s health and safety plan for the site or which poses a threat to the health and safety of persons.

E1002 DEFINITIONS

Act: The Occupational Health and Safety Act, 1993 (Act No. 85 of 1993). competent person: any person having the knowledge, training and experience specific to the work or task being performed. ergonomics: the application of scientific information concerning humans to the design of objects, systems and the environment for human use in order to optimize human well-being and overall system performance. hazard: a source of or exposure to danger. incident: an event or occurrence occurring at work or arising out of or in connection with the activities of persons at work, or in connection with the use of plant or machinery, in which, or in consequence of which:

Page 112: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

106

(a) any person dies, becomes unconscious, suffers the loss of a limb or part of a limb or is otherwise injured or becomes ill to such a degree that he is likely either to die or to suffer a permanent physical defect or likely to be unable for a period of at least 14 days either to work or to continue with the activity for which he was employed or is usually employed;

(b) a major incident occurred; or (c) the health or safety of any person was endangered and where:

(i) a dangerous substance was spilled; (ii) the uncontrolled release of any substance under pressure took place; (iii) machinery or any part thereof fractured or failed resulting in flying, falling or

uncontrolled moving objects; or machinery ran out of control. health and safety plan: a documented plan which addresses hazards identified and includes safe work procedures to mitigate, reduce or control the hazards identified. health and safety specification: a documented specification of all health and safety requirements pertaining to the associated works on a construction site, so as to ensure the health and safety of persons. inspector: a person designated as such under section 28 of the Occupational Health and Safety Act, 1993 (Act No. 85 of 1993). major incident: an occurrence of catastrophic proportions, resulting from the use of plant or machinery, or from activities at a workplace. reasonably practicable: practicable having regard to:

(a) the severity and scope of the hazard or risk concerned; (b) the state of knowledge reasonably available concerning that hazard or risk and of any

means of removing or mitigating that hazard or risk; (c) the availability and suitability of means to remove or mitigate that hazard or risk; and (d) the cost of removing or mitigating that hazard or risk in relation to the benefits deriving

therefrom. risk: the probability that injury or damage will occur. safe: free from any hazard. scaffold: any temporary elevated platform and supporting structure used for providing access to and supporting workmen or materials or both. specification data: data, provisions and variations that make this specification applicable to a particular contract. Structure:

(a) any building, steel or reinforced concrete structure (not being a building), railway line or siding, bridge, waterworks, reservoir, pipe or pipeline, cable, sewer, sewage works, fixed

Page 113: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

107

vessels, road, drainage works, earthworks, dam, wall, mast, tower, tower crane, batching plants, pylon, surface and underground tanks, earth retaining structure or any structure designed to preserve or alter any natural feature, and any other similar structure;

(b) any formwork, false work, scaffold or other structure designed or used to provide support

or means of access during construction work; or (c) any fixed plant in respect of work which includes the installation, commissioning,

decommissioning or dismantling and where any such work involves a risk of a person falling two metres or more. substance: any solid, liquid, vapour, gas or aerosol, or combination thereof. suitable: capable of fulfilling or having fulfilled the intended function or fit for its intended purpose.

E1003 INTERPRETATION

E3.1 The Act and its associated regulations shall have precedence in the interpretation of any ambiguity or inconsistency between it and this specification.

E3.2 Compliance with the requirements of this specification does not necessarily result in

compliance with the provisions of the Act.

E1004 REQUIREMENTS E4.1 General requirement E4.1.1 The contractor shall execute the works in a manner that complies with all the requirements

of the Act and all its associated regulations, and in so doing, minimize the risk of incidents occurring.

E4.1.2 The contractor shall with respect to the site and the engineering and construction works

that are contemplated:

a) Identify the hazards and evaluate the risks associated with such work constituting a hazard to the health and safety of such employees and the steps that need to be taken to comply with the Act

b) As far as is reasonably practicable, prevent the exposure of such employees to the hazards concerned or, where prevention is not reasonably practicable, minimize such exposure.

E4.1.3 The contractor shall as far as is reasonably practicable, cause every employee to be made

conversant with the hazards to his health and safety attached to any work which he has to perform, any article or substance which he has to produce, process, use, handle, store or transport and any plant or machinery which he is required or permitted to use, as well as with the precautionary measures which should be taken and observed with the respect to those hazards.

E4.1.4 The contractor shall ensure that all employees under his or her control are:

(a) informed, instructed and trained by a competent person regarding any hazard and the related work procedures before any work commences, and thereafter at such times as may be determined in the risk assessment

Page 114: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

108

(b) issued with proof of health and safety induction training issued by a competent person and

carry proof of such induction when working on site. E4.1.5 The contractor shall not allow or permit any employee to enter any site, unless such

person has undergone health and safety induction training pertaining to the hazards prevalent on the site at the time of entry.

E4.1.6 The contractor shall ensure that each visitor to a construction site, save where such visitor

only visits the site office and is not in direct contact with the construction work activities:

(a) undergoes health and safety instruction pertaining to the hazards prevalent on the site; and

(b) is provided with the necessary personal protective equipment.

E4.1.7 The contractor shall provide suitable on-site signage to alert workers and visitors to health

and safety requirements. E4.1.8 The contractor shall not permit any person who is or who appears to be under the

influence of intoxicating liquor or drugs, to enter or remain at a workplace. E4.2 Health and safety representatives E4.2.1 The contractor shall appoint in writing one health and safety representative for every 50

employees of the contactor working on the site, whenever there are more than 20 employees on the site; to:

(a) review the effectiveness of health and safety measures; (b) identify potential hazards and potential major incidents; (c) in collaboration with his employer, examine the causes of incidents; (d) investigate complaints by any employee of the contractor relating to that employee’s

health or safety on the site; (e) make representations to the contractor on matters arising from a), b), c) or d) or on

general matters affecting the health or safety of the employees at the workplace; (f) inspect the site with a view to the health and safety of employees, at regular intervals; (g) participate in consultations with inspectors at the workplace and accompany inspectors on

inspections of the workplace; and (h) participate in any internal health or safety audit.

E4.2.2 The contractor shall inform the relevant safety representative:

(a) beforehand of inspections, investigations or formal inquiries of which he has been notified by an inspector; and

(b) as soon as reasonably practicable of the occurrence of an incident on the site.

Page 115: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

109

E4.2.3 The contractor shall convene health and safety meetings whenever more than two health and safety representatives have been appointed for the site. These meetings shall be attended by all health and safety representatives and shall be convened at least once every month to:

(a) make recommendations to the employer regarding any matter affecting the health or

safety of persons on the site; and (b) discuss any incident on the site in which or in consequence of which any person was

injured, became ill or died.

E4.2.4 The contractor shall consult with the health and safety committee on the development, monitoring and review of the risk assessment.

E4.3 Appointment of construction supervisor and safety officers E4.3.1 The contractor shall appoint a full-time competent employee designated in writing as the

construction supervisor for the site, with the duty of supervising the performance of the work falling within the scope of the contract and may appoint one or more competent employees to assist the appointed construction supervisor.

E4.3.2 A contractor may having considered the size of the project, the degree of dangers likely to

be encountered or the accumulation of hazards or risks on the site, appoint a full-time or part-time construction safety officer in writing, who has in the contractor’s opinion the necessary competencies and resources, to assist the contractor in the control of all safety related aspects on the site.

E4.3.3 The contractor shall ensure that the construction supervisor is in possession of the most

recently updated version of the fall protection plan. E4.3.4 The contractor shall ensure that the construction supervisor is in possession of the most

recently updated version of the fall protection plan. E4.3.5 The contractor shall ensure that the following activities, as relevant, are carried out under

the supervision of a competent person and that such persons are appointed in writing: (a) all formwork and support work operations; (b) excavation work; (c) demolition work; (d) scaffolding work operations; (e) suspended platform work operations; (f) operation of batch plants; and (g) the stacking and storage of articles on the site.

E4.4 Risk assessment E4.4.1 The contractor performing work falling within the contract shall, before the commencement

of any such work and during construction work, cause a risk assessment to be performed by a competent person appointed in writing. Such an assessment shall as a minimum:

Page 116: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

110

(a) identify the risks and hazards to which persons may be exposed to; (b) analyse and evaluate the identified risks and hazards; (c) document a plan of safe work procedures to mitigate, reduce or control the risks and

hazards that have been identified; (d) provide a monitoring plan; and (e) provide a review plan.

Note: A risk assessment is an important step in protecting workers as well as complying with the

law. It helps you focus on the risks that really matter in a particular workplace – the ones with the potential to cause real harm. Workers and others have a right to be protected from harm caused by a failure to take reasonable control measures. The following four steps are recommended:

Identify the hazards by looking at what could reasonably be expected to cause harm, ask employees or their representatives what they think, obtain advice from trade associations or publications on health and safety, check manufacturer’s instructions or data sheets for chemicals and equipment as they can be very helpful in spelling out the hazards and putting them in their true perspective, review accident and ill-health records, think about long-term hazards to health (e.g. high levels of noise or exposure to harmful substances) as well as safety hazards etc. Identify who may be harmed and how by identifying how groups of people might be harmed i.e. what type of injury or ill health might occur. Evaluate the risks and decide on precautions by doing everything ‘reasonably practicable’ to protect people from harm i.e. by looking at how things are done, what controls are in place and how the work is organised and comparing this against good practice to see if more can be done to bring practices up to standard. Consider if the hazard can be got rid of all together, and if not how can the risks be controlled so that harm is unlikely, e.g. try a less risky option (e.g. switch to using a less hazardous chemical); prevent access to the hazard (e.g. by guarding); organise work to reduce exposure to the hazard (e.g. put barriers between pedestrians and traffic); issue personal protective equipment (e.g. clothing, footwear, goggles etc.); and provide welfare facilities (e.g. first aid and washing facilities for removal of contamination).

Record the findings by writing down the findings of the risk assessment.

E4.4.2 The contractor shall ensure that as far as is reasonably practicable, ergonomic related

hazards are analysed, evaluated and addressed in the risk assessment.

E4.4.3 The contractor shall require a competent person to prepare a fall protection plan in compliance with the requirements of the Construction Regulations.

E4.4.4 Notwithstanding the provisions of the fall protection plan, the contractor shall ensure that:

(a) all unprotected openings in floors, edges, slabs, hatchways and stairways are adequately guarded, fenced or barricaded or that similar means are used to safeguard any person from falling through such openings;

Page 117: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

111

(b) no person works in an elevated position, unless such work is performed safely as if working from a scaffold or ladder;

(c) notices are conspicuously placed at all openings where the possibility exists that a person

might fall through such openings; (d) fall prevention and fall arrest equipment is:

(i) suitable and of sufficient strength for the purpose or purposes for which it is being used having regard to the work being carried out and the load, including any person, it is intended to bear; and

(ii) securely attached to a structure or plant and the means of attachment thereto is

suitable and of sufficient strength and stability for the purpose of safely supporting the equipment and any person who is liable to fall; fall arrest equipment is only used where it is not reasonably practicable to use fall prevention equipment; and

(f) suitable and sufficient steps are taken to ensure, as far as is reasonably practicable, that

in the event of a fall by any person, the fall arrest equipment or the surrounding environment does not cause injury to the person.

E4.4.5 Where roof work is being performed on a construction site, the contractor shall ensure that

it is indicated in the fall protection plan that:

the roof work has been properly planned; the roof erectors are competent to carry out the work; no employees are permitted to work on roofs during inclement weather conditions or if weather conditions are a hazard to the health and safety of the employees; prominent warning notices are to be placed where all covers to openings are not of sufficient strength to withstand any imposed loads and where fragile material exists; the areas mentioned in paragraph (d) are to be barricaded off to prevent persons from entering; suitable and sufficient platforms, coverings or other similar means of support have been provided to be used in such a way that the weight of any person passing across or working on or from fragile material is supported; and there is suitable and sufficient guard-rails or barriers and toe-boards or other similar means of protection to prevent, so far as is reasonably practicable, the fall of any person, material or equipment.

E4.4.6 The contractor shall ensure that:

(a) all reasonably practicable steps are taken to prevent the uncontrolled collapse of any new or existing structure or any part thereof, which may become unstable or is in a temporary state of weakness or instability due to the carrying out of construction work;

(b) no structure or part of a structure is loaded in a manner which would render it unsafe; and (c) specification data prepared by the designer of the structure is taken into account in the risk

assessment;

Page 118: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

112

Note: The specification data provided by the designer should outline known or anticipated dangers or hazards relating to the works and make available all information required for the safe execution of the work. It should provide as relevant, geotechnical information (or make reference to reports provided in the site information), the loading the structure is designed to withstand, the methods and sequence of construction.

E4.5 Health and safety plans E4.5.1 The contractor shall prior to commencing the works to which this specification applies,

submit to the employer for approval a suitable and sufficiently documented health and safety plan, based on this specification and the risk assessment that is conducted.

E4.5.2 The health and safety plan shall as a minimum provide:

(a) the information contained in Table 1 in respect of each of the hazards associated with

work falling within the scope of the contract (see Figure 1); and

Table 1: Example of the format of a health and safety plan

What are the hazards?

Who might be harmed and

how?

What are the safe work

procedures for the site?

What further action is

necessary (monitoring

and review)?

Action by whom

Action by when

(b) an outline of the manner in which the contractor intends complying with the requirements

of this specification. E4.5.3 The contractor shall discuss the submitted health and safety plan with the employer’s

representative, modify such plan in the light of the discussions and resubmit the modified plan for approval.

E4.5.4 The contractor shall apply the approved health and safety plan from the date of commencement of and for the duration of the works to which this specification applies.

E4.5.5 The contractor shall conduct periodic audits for compliance with the approved health and safety plan at intervals agreed upon with the employer, but at least once every month.

E4.5.6 The contractor shall update the health and safety plan whenever changes to the works are

brought about. E4.6 Subcontractors E4.6.1 The contractor may only subcontract work in terms of a written subcontract and shall only

appoint a subcontractor should he be reasonably satisfied that such a subcontractor has the necessary competencies and resources to perform the work falling within the scope of the contract safely. Such a subcontract shall require that the subcontractor shall:

(a) co-operate with the contractor as far as is necessary to enable both the contractor and

sub-contractor to comply with the provisions of the Act; and (b) as far as is reasonably practicable, promptly provide the contractor with any information

which might affect the health and safety of any person at work carrying out work or any person who might be affected by the work of such a person at work or which might justify a review of the health and safety plan.

Page 119: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

113

E4.6.2 The contractor shall provide any sub-contractor who is submitting a tender or appointed to

perform a sub-contract falling within the scope of the contract, with the relevant sections of this specification and associated specification data which might be pertinent to the sub-contract.

E4.6.3 The contractor shall take reasonable steps as are necessary to ensure:

(a) co-operation between all sub-contractors to enable each of those sub-contractors to comply with the requirements of the Act and associated regulations; and

(b) that each sub-contractor’s health and safety plan is implemented.

E4.6.4 The contractor shall conduct periodic audits for compliance with the approved health and

safety plan of each and every sub-contractor working on the site at intervals agreed upon with such contractors, but at least once per month.

E4.6.5 The contractor shall stop any contractor from executing construction work which is not in accordance with the contractor’s or subcontractor’s health and safety plan for the site or which poses a threat to the health and safety of persons.

E4.6.6 The contractor shall ensure that where changes to the works occur, sufficient health and

safety information and appropriate resources are made available to the subcontractor to execute the work safely.

E4.6.7 The contractor shall ensure that:

(a) every subcontractor is registered and in good standing with the compensation fund or with a licensed compensation insurer prior to work commencing on site;

(b) potential subcontractors submitting tenders have made provision for the cost of health and

safety measures during the construction process; and (c) every subcontractor has in place a documented health and safety plan prior to

commencing any work on site which falls within the scope of the contract.

E4.6.8 The contractor shall receive, discuss and approve health and safety plans submitted by subcontractors.

E4.6.9 The contractor shall ensure that all subcontractors are informed regarding any hazard as stipulated in the risk assessment before any work commences, and thereafter at such times as may be determined in the risk assessment.

E4.6.10 The contractor shall reasonably satisfy himself that all employees of subcontractors are

informed, instructed and trained by a competent person regarding any hazard and the related work procedures before any work commences, and thereafter at such times as may be determined in the risk assessment. The contractor shall satisfy himself and ensure that all subcontractor employees deployed in the site are:

(a) informed, instructed and trained by a competent person regarding any hazard and the related

work procedures before any work commences, and thereafter at such times as may be determined in the risk assessment; and

(b) issued with proof of health and safety induction training issued by a competent person and carry

proof such induction when working on site.

Page 120: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

114

E4.7 Reporting of incidents

The contractor shall notify the employer’s representative of any incident as soon as possible after it has occurred and report such incidence to an inspector.

E4.8 Administration E4.8.1 Notification of intention to commence construction work

The contractor shall notify the Provincial Director of Labour in writing using a form similar to that contained in Annexure A of the Construction Regulations issued in terms if the Act before construction work commences and retain a copy of such notification in the health and safety file where such work: involves the demolition of a structure exceeding a height of 3m; involves the use of explosives to perform construction work; involves the dismantling of fixed plant at a height greater than 3m; exceeds 30 days or will involve more than 300 person days of construction work; and includes:

(a) excavation work deeper than 1m; or (b) working at a height greater than 3 m above ground or a landing.

E4.8.2 Health and safety file E4.8.2.1 The contractor shall maintain on site a health and safety file on site which contains copies

of the following, as relevant:

(a) the notification made to the Provincial Director of Labour in terms of 4.4.1; (b) the letters of appointment of health and safety representatives; (c) the minutes of all health and safety meetings; (d) a comprehensive and updated list of all the subcontractors (nominated, selected or

domestic) employed on site by the contractor, indicating the type of work being performed by such sub-contractors;

(e) a copy of each and every subcontract agreement; (f) the contractor’s health and safety plan; (g) the health and safety plans of all the contractor’s subcontractors who are required to

provide such plans; (h) the recommendations made to the contractor by the health and safety committee referred

to in 4.2.3

Page 121: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

115

(i) any report made to an inspector by the health and safety committee referred to in 4.2.3;

and (j) the findings of all audit reports made regarding the implementation of the contractor’s or a

subcontractor’s health and safety plan; (k) proof that the contractor and every subcontractor is registered and in good standing with

the compensation fund or with a licensed compensation insurer; (l) the inputs of the safety officer, if any, into the health and safety plan; (m) a copy of risk assessments made by competent persons; (n) details of induction training conducted whenever it is conducted; (o) proof of all subcontractor’s induction training whenever it is conducted; (p) letters of appointments for competent persons to supervise prescribed activities; (q) proof of the following where suspended platforms are used:

(i) a certificate of system design issued by a professional engineer, professional

certificated engineer or a professional engineering technologist; (ii) proof of competency of erectors; (iii) proof of compliance of operational design calculations with requirements of the

system design certificate; (iv) proof of performance test results; (v) sketches indicating the completed system with the operational loading capacity of

the platform; (vi) procedures for and records of inspections having been carried out; (vii) procedures for and records of maintenance work having been carried out; (viii) proof that the prescribed documentation has been forwarded to the provincial

director;

(r) records of the register of inspections made by a competent person immediately before and during the placement of concrete or any other load on formwork; and

(s) the names of the first aiders on site and copies of the first aid certificates of competency.

E4.8.2.2 The health and safety file shall be made available for inspection by any inspector,

subcontractor, employer’s representative, Engineer, health and safety representative or employee of the contractor upon the request of such persons.

E4.8.2.3 The contractor shall hand over the health and safety file to the employer upon completion

of the contract together with a record of all drawings, designs, materials used and other similar information concerning the completed structure.

Page 122: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

116

E4.9 First aid, emergency equipment and procedures

The contractor shall where more than five employees are employed at a workplace, provide a first aid box or boxes at or near the workplace which shall be available and accessible for the treatment of injured persons at that workplace. Such first aid boxes shall contain suitable first aid equipment. The contractor shall ensure that where there are more than 10 employees employed on the site that for every group of up to 50 employees at that workplace, at least one person is readily available during normal working hours, who is in possession of a valid certificate of competency in first aid.

Page 123: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C4: Site Information

117

C3.5.2 ENVIRONMENTAL SPECIFICATIONS

This part of C3.5 Management contains specifications for Environmental matters not covered by C3.4 Construction Specifications. The number of each clause in this specification is prefixed with an F to differentiate these clauses and items.

SECTION F1000 : ENVIRONMENTAL MANAGEMENT

CONTENTS

SECTION DESCRIPTION PAGE F1001 SCOPE 117

F1002 ENVIRONMENTAL MANAGEMENT PLAN 117

F1003 REHABILITATION 122

F1004 EMERGENCY PLANS 122

F1005 ENVIRONMENTAL AUDITING AND PENALTIES 122

F1001 SCOPE The Contractor is required to comply with the requirements of the detailed EMP throughout the construction phase. The following are standardised additional requirements which are intended to assist the appointed Contractors to fulfil the environmental obligations of the project. The objective of the EMP is to ensure that the potential impacts upon the environment are minimised, and that upon completion of each section of work the area is left in a sustainable condition Overall the environmental impacts of the project are considered to be low as long as the listed procedures are followed. These are given in the EMP. The Contractor is advised that there are cost implications to the EMP and these must be factored into the tendered price.

F1002 ENVIRONMENTAL MANAGEMENT PLAN

F2.1 Objectives

The objectives of the of the EMP are the following:

to minimise or avoid significant environmental impacts by using a pro-active approach and;

to have a plan in place to rehabilitate areas that have been impacted up on;

To have a plan in place for emergency situations that arise and are detrimental to the environment e.g. fuel or bitumen spills.

The Contractor and its sub-contractors shall be responsible for the day-to-day implementation of the EMP.

Page 124: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

118

During the course of construction regular compliance audits will be undertaken as required by the Environmental Authorisation. This environmental auditing shall be conducted by an independent environmental practitioner who is registered and qualified to undertake such audits.

F2.2 Environmental Control

The Contractor will oversee the environmental aspects of the construction phase of the project in consultation with the Engineer. The Contractor will report back to the bi-weekly site meetings with regards to compliance to the environmental specifications.

F2.3 Environmental Awareness Programme

The Engineer will implement an Environmental Awareness Programme for the Contractor, his staff, sub-contractors and all people working on the project. The initial session will be immediately prior to construction commencing.

F2.4 Method Statements

The Contractor shall submit written method statements for activities that are identified by the Engineer, as being potentially harmful to the environment, or for work that is to be undertaken in areas identified as being environmentally sensitive. Such activities include dewatering of excavations, pumping, working with cement, erection of construction camps and fuel stores, etc. The Method Statement shall cover applicable details with regard to:

construction procedures,

materials and equipment to be used,

getting the equipment to and from site,

how the equipment/ material will be moved while on site,

how and where material will be stored,

the containment (or action to be taken if containment is not possible) of leaks or spills of any liquid or material that may occur,

timing and location of activities,

compliance/ non-compliance with the Specifications, and

any other information deemed necessary by the Engineer.

Method statements shall be submitted at least 7 days prior to commencing work on the activity to give the Engineer time to study the method statement and consult with contractor and specialists and to obtain written approval of the method statements. The Contractor shall not commence on that activity until such time as the method statement has been agreed to in writing by the Engineer. This will be done within this 10 days period. Any changes required to the method statements once construction has commenced must be agreed upon in writing with the Engineer before being instituted.

F2.5 Working Areas

Regardless of the extent of the work, the following applies to all of these areas: All materials must be stockpiled or stored in a designated area (at each site)

avoiding sensitive areas.

Page 125: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

119

No materials must be left on site once work is completed neither may they be dumped at any other place on site.

Litter bins and containers for waste materials must be provided by the Contractor at

each site. Bins should be weatherproof and scavenger proof. All waste must be placed in the bins and containers. No waste may be left lying on

the site.

Visible anti-litter signs must be displayed around the waste collection points and all employees must be encouraged to observe site rules pertaining to solid waste management practices. A concerted effort should be made to collect and dispose of materials suitable for recycling, separately from the other solid waste.

No burning or burial of waste is permitted. Any soils contaminated by the contractor must be removed or rehabilitated. If a

significant amount of soil has to be removed fresh soil must be imported and the site rehabilitated by grading and planting vegetation.

All waste must be removed to an licenced landfill site, or taken to a facility for

recycling.

Any excess road building materials must either be:

o taken to a site for stockpiling and future re-use,

o used for localised rehabilitation, or

o removed from site by the contractor for disposal.

The contractor shall provide waste bins for solid waste collection and storage. Such

bins should be placed at designated areas within the site. The refuse collected from the site must be removed for landfill disposal at least once a week.

Vehicles shall not park in the road reserve except with the prior permission of the

Engineer. Every care should be taken to avoid damaging vegetation or land when vehicles are

in use. Fuel tanks, pumps, and all equipment using oil, diesel, etc. must have drip trays or

be placed in secondary containment areas. The drip trays must have sufficient capacity to contain liquids that will spill in the case of failure of the tanks, etc. The waste liquids taken from the trays must be disposed of at a landfill which permits disposing of liquid wastes.

Only emergency repairs to vehicles and equipment may take place on site. Where

emergency repairs take place, it is the responsibility of the contractor to ensure that all waste (e.g. spare parts and oils) are removed from site as soon as possible. All other repairs must take place at a yard off-site, where facilities are suitable and waste facilities are appropriate.

Whenever practical a tarpaulin should be laid down, prior to emergency repairs

taking place, to protect the environment from contamination.

Page 126: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

120

No natural vegetation may be gathered, removed or destroyed in the course of the project, except where agreed to by the landowner.

No hunting is permitted. Fires are prohibited. Erosion control measures must be implemented if the need arises. Pollution of water courses by any means must be avoided. No defacement of any natural or other features will be allowed; this includes

markings for road works, unless markings are restricted to the road surface. Dust suppression measures should be implemented if and when required. Chemical toilets must be provided at all sites and must be within walking distance of

the workers. They must be serviced on a regular basis in order to be kept clean and hygienic. The toilets must be placed in a sheltered place and should be locked after working hours if they are outside a camp area. Alternative arrangements to use existing toilets with owners’ written consent may be allowed when submitted in writing.

All waste from toilets must be disposed of at a permitted landfill or waste treatment works.

F2.6 On-site Workers Camp

F2.6.1 Site Camp

The campsite selection should be carried out in consultation with the landowner or relevant authority. The site must be selected with due regard to the environment. Due care should be taken to avoid areas where sensitive vegetation and habitats occur. When the site selection process has been completed, the contractor will define the boundaries of the site and erect a fence with a controlled access around it if practical. All activities associated with the camp must be restricted to the demarcated area. It is the responsibility of the contractor to ensure the safety of all personnel within the boundaries of the site. The contractor should have an on-site contingency plan detailing measures to be observed in the case of a health, safety or environmental emergency. The contractor should ensure that all employees, employed by him and/or employed by subcontractors, have a clear understanding of safety; health and environmental regulations and procedures.

F2.6.2 Water, wastewater, and stormwater

Site occupants must have access to safe drinking water. If water is stored on site a clear distinction should be made between drinking water and multi-purpose water storage facilities.

Page 127: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

121

All water used on site must be taken from a legal source and comply with recognised standards for potable and other uses. Wastewater that is contaminated with soaps, detergents and other undesirable materials, such as grease and oils, should be collected in conservancy tanks and disposed of safely in a wastewater treatment facility. It is illegal to discharge water into a public stream if the quality does not conform with required health standards. In all camps stormwater must be managed to prevent erosion. Run-off will be diverted to control ponds so that silt may settle and any pollutants are trapped. Subsequently, any pollutants must be treated, or removed and disposed of at a permitted landfill site or recycling facility. All materials should be protected from the rain to prevent them being washed into stormwater channels.

F2.6.3 Ablution Facilities

The contractor shall provide proper and adequate sanitary facilities for all site employees. These facilities shall be maintained in good and working condition at all times. Odours emanating from these facilities should be controlled within acceptable levels.

F2.6.4 Fires and Cooking Facilities

Open Fires will not be allowed. The contractor shall supply cooking facilities that are suitable for the environment and are not liable to cause the outbreak of fires. Fire-fighting equipment must be supplied by the Contractor at suitable locations and it shall be up to date regarding the servicing.

F2.7 Plant and Equipment Storage Facility

F2.7.1 Plant

At the end of the shift all plant should be driven or transported back to the campsite for proper and safe overnight storage. The contractor should ensure that equipment left elsewhere is stored in a manner that will not impact negatively upon the environment. The plant should be regularly inspected for fuel and oil leaks that may be harmful to the environment, and/or aquatic life if washed into a stream or river.

F2.7.2 Hazardous Materials

Hazardous materials should be stored under lock and key in designated areas with properly displayed and visible warning signs. All storage of hazardous materials must comply with legislative requirements.

Page 128: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

122

F1003 REHABILITATION

Upon completion of each section of work the site must be cleared of all equipment, waste and any rehabilitation work must be undertaken. This may include local grading of soils and re-vegetation where sites have been disturbed. Immediately after the demolition of the campsite, the contractor shall restore the site to its original state, paying particular attention to its appearance relative to the general landscape. It is imperative that any potential erosion problems are addressed. This may require subsequent site visits to monitor the efficacy of erosion control measures.

F1004 EMERGENCY PLANS The onus is on the contractor to assess the potential impacts to the environment as a result of the project. For example, accidental spillage of materials may pollute the soil or any water body. The contractor must draw up a suitable emergency plan to contain such pollution. The emergency plans and procedures must be taught to all the workers on site, so that everyone is prepared to cope with an emergency. The site shall have adequate spill kits. Appropriate equipment must be available to carry out the emergency plans.

F1005 ENVIRONMENTAL AUDITING AND PENALTIES On a regular basis, a qualified auditor will carry out a site audit to ascertain and verify the contractor’s level of compliance with the requirements of the EMP. Transgression will be treated as a contravention of the contractual agreement. Deviation from these prescribed requirements will be met with penalties that are intended to enforce compliance. It is a requirement that the contractor keep concise records of mitigatory measures undertaken at each site to minimise environmental impacts. Any emergency situations that impact upon the environment should be recorded by the contractor together with the action that was taken to rehabilitate and remediate the site. A copy of all completed environmental audits will be given to the contractor and the employer by the auditor. Any public complaints regarding the environment must be recorded and discussed with the Engineer to determine an appropriate course of action. The contractor will be responsible for all costs incurred in the rehabilitation of sites. The contractor will be responsible for all costs incurred where emergency procedures are implemented to deal with accidents that impact upon the environment. The contractor will be responsible for ensuring that all procedures required to rehabilitate all sites are implemented.

Page 129: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C3.5: Management

123

If third parties are called to the site to perform clean up and rehabilitation procedures, the contractor will be responsible for all costs. Penalties will be imposed for contravention of the EMP to the tune of R2,500.00 (excluding VAT) per day if the contraventions are note corrected.

Page 130: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C4: Site Information

124

PART C4: SITE INFORMATION

Page 131: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C4: Site Information

125

PART C4: SITE INFORMATION

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

CONTRACT NO.: JDA-WP 15N-02

Information Only All data and descriptions contained in this section of the contract documents are given for information purposes only and cannot be interpreted as prescriptive despite the fact that the text may give the opposite perspective. If any conflict arises between the content of this section and other sections of the contract documents, the latter take precedence.

C4.1 LOCALITY PLAN

The green line in the locality plan above represents civil and fibre infrastructure that was built in the first phase of the ITS Fibre Project. This phase has infrastructure that starts at the corner Hillside / Empire Roads in (Parktown) to Katherine St in Sandton. The Redundancy Loops that will be constructed in this Phase will tie into the infrastructure constructed in Phase 1 at various points. The appointed Contractor will be responsible for the route determination, the length of fibre will be fixed as per the Bill of Quantity.

Page 132: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C4: Site Information

126

C4.2 DESCRIPTION OF THE WORKS

C4.2.1 EXISTING ROAD

(a) Project location and limits

The project will support Section 15 of Phase 1C of the Rea Vaya Bus Rapid Transport (BRT) System is located along Louis Botha Avenue, Lees Street & Kathrine Street. The total length of civil and fibre infrastructure that will be installed is 23km.

(b) Topography and drainage

The topography can be described as a gentle decline from the south to the north with an average altitude of 1585 m above sea level in the south and 1 556 m above sea level in the north. The topography is gently rolling without any significant inclines. The drainage consists mainly of cross drainage from the centre of the road to the outer shoulders and sidewalks. The topography and macro drainage do not have any significant impact on the proposed project.

(c) Land use

The area traversed by the project route is situated in an urban environment. Land use is predominantly residential and light industry.

(d) Climate The area through which the road passes is classified, according to TRH4 (1996), as a “moderate area” with a Weinert N-value of approximately 2. Cold dry winters and hot wet summers are prevalent, a typical macro climatic condition of the Gauteng Province.

(e) Precipitation On the Highveld, the average annual precipitation is approximately 750 mm, with the monthly rainfall in summer months (October to March) ranging between 80 and 140mm. During the winter months (May to August) the average monthly rainfall drops to below 10 mm. Storm events comprise almost exclusively of heavy showers and thunderstorms. The maximum rainfall occurs in December. Table C4.1 shows December being the wettest with 122 mm, and January with 107 mm. Table C4.1 and Figure C4.1 below give the average annual rainfall data distribution.

TABLE C4.1 - RAINFALL DATA

Month Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec AnnAve

Average Monthly (mm)

107.4 85.6 94.1 27.4 20.2 1.6 0.6 3.1 15.2 82.8 79.4 122.0 693.3

No. Days Rainfall > 10 mm

3.9 2.9 3.25 0.8 0.8 0 0 0 0.3 2.6 2.8 4.5

Note: Weather information is extracted from records held at the Johannesburg

Goudkoppies Weather Station No. 0475/736A2.

Page 133: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C4: Site Information

127

FIGURE C4.1: AVERAGE MONTHLY RAINFALL

(f) Temperature The average maximum daily temperature is approximately 25 °C in the summer months. The average minimum daily temperature drops to around 5 °C in the winter months. (See Figure C4.2)

FIGURE C4.2: TEMPERATURE STATISTICS

Figure C4.1

Page 134: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C4: Site Information

128

(g) Geology

Although the underlying geology of the area does not have an impact on the project and construction of the BRT lanes, the route is underlain by the Witwatersrand “Supergroup” which comprises the West Rand Group and the Central Rand Group. This supergroup consists of quartzites, conglomerates, shales and siltstones. The balance of the route is underlain by the Basement Complex Granites. The supergroup is situated in an area of relatively advanced chemical decomposition, with climatic N-value (Weinert, 1980) of 2 - 5. Some deep weathering has taken place, but residual soils have relatively high strengths and low compressibility and certain clay minerals with stable lattice structures. Founding conditions generally can be considered as good. It appears that the geology will have little influence on the terrain.

(h) Existing road geometry

No changes will be made to the road geometry other than the widening of the road to accommodate the new sidewalks and cycle lanes.

(i) Services along and crossing the road

This information will be made available to the shortlisted bidders. This information will be made available to the shortlisted bidders.

(j) Accommodation of traffic during construction

For the roads concerned, the peak hours are as follows: Weekdays A.M. Peak hour 07h15 to 08h15 P.M. Peak hour 16h45 to 16h45 Saturdays A.M. Peak hour 06h00 to 08h30

Page 135: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C5: Specification

129

PART C5: SPECIFICATION

Page 136: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part C5: Specification

130

FIBRE OPTIC CABLE INFRASTRUCTURE SPECIFICATIONS Listed below are the specifications for the Fibre Optic Infrastructure:

1. 110mm sleeves. 2. 7 way (12/10) micro duct. 3. Splice enclosures. 4. Duct Integrity Test (DIT). 5. Fibre Testing (pre-installation & post-installation). 6. 72 Core G655.D cable to be installed in 12/10 micro duct.

Page 137: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

ANNEXURES – TECHNICAL SPECIFICATIONS

TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP

REA VAYA BUS RAPID TRANSPORT SYSTEM

PHASE 1C

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE

SECURITY OF THE OPTICAL FIBRE NETWORK

WORK PACKAGE: 15N

City of Johannesburg Johannesburg Development Agency

No 3 President Street The Bus Factory Newtown Johannesburg, 2000

PO Box 61877 Tel +27(0) 11 688 7851 (O) Marshalltown Fax +27(0) 11 688 7899/63 2107 e-mail: [email protected]

www.jda.org.za www.joburg.org.za

Page 138: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

JOHANNESBURG DEVELOPMENT AGENCY (JDA) TURNKEY IMPLEMENTATION OF THE ITS REDUNDANCY LOOP

REA VAYA BUS RAPID TRANSPORT SYSTEM PHASE 1C

PLANNING, DESIGN, BUILDING, MONITORING AND INFRASTRUCTURE

SECURITY OF THE OPTICAL FIBRE NETWORK WORK PACKAGE: 15N

CONTRACT No: JDA-WP 15N-02

Contents

A. 110mm HDPE Sleeves and Warning Tape ......................................... 3 B. 7 way (12/10) micro duct ..................................................................... 4 C. Splice Closures ................................................................................... 7 D. Post Installation Duct Integrity Test (DIT) procedure ....................... 8 E. Optical Fibre Cable Drum Handling and Pre-Installation

Test Procedure .................................................................................. 19 F. Optical Fibre Cable Post-Installation Test Procedure ..................... 27 G. Optical Fibre Conformance Test Procedure .................................... 32 H. 72 core G652.D cable to be installed in 12/10 micro duct :

Technical Specifications for Micro Duct Optical Fibre Cables ....... 42

Page 139: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

A. 110mm HDPE Sleeves and Warning Tape

1. 110mm HDPE sleeves

110mm sleeves shall be manufactured from HDPE material manufactured to SANS IEC

61386-24:2005 (Type N 450) “Conduit systems for cable management Part 24: Particular

requirements – Conduit systems buried underground”.

Double wall corrugated construction provides high ring stiffness.

Smooth bore ensures easy draw-in of cables.

The pipes shall carry the SABS certification mark in respect of specification.

Push fit couplings shall include rubber sealing ring.

2. Warning tape

Warning tape shall be installed during the backfill process. The warning tape shall be

installed a minimum of 300mm above the ducts. The warning tape shall be of yellow colour

and 150mm wide x 200 micron thick. The warning tape shall have the following wording in

thick black lettering:

“WARNING FIBRE OPTIC CABLE – PHONE JDA (“number to be confirmed”)”

3

Page 140: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

6

B. 7 way (12/10) micro duct[GS1]

1. General

The following ducts shall be supplied:

7-way duct consisting of 7 x 12/10 mm HDPE micro duct with a minimum 2mm thick

HDPE outer jacket to renderer the duct suitable for direct burial;

End caps for the respective size ducts and micro ducts;

Ducts to be supplied on steel reels (preferred) or on wooden drums. Should ducts be

supplied on wooden drums then all the ducts and sub-ducts shall be tested in factory

and on delivery for deformation by blowing a ball bearing of 85% of the internal

diameter of the duct.

The minimum length of any duct type ordered will depend on the proven manufacture

capacity of the Manufacturer.

2. Material properties

The duct and micro duct must have the following material characteristics:

Construction: Outer layer HDPE; Inner layer silicone layer co-extruded;

Extruded from 100% prime grade virgin PE (Polyethylene) in accordance with

ISO1872-1 (ISO1872-2) Class N;

Working life: 20 years;

UV stability: 1-year outdoor storage; and

Chemical resistance: Pass ISO/TR10358.

The following are indicative values for the HDPE – the supplier must provide the minimum

specifications:

Melt index (190oC/2.16kg): 0.33g/10 minutes

Density: 0.950g/cm3

Tensile strength at yield point: 26 Mpa

Elongation at break: > 500%

Flexural stress 3.5% deflection: 22 Mpa

Charpy notched impact strength:23kJ/m2 at 23oC

Charpy notched impact strength:20kJ/m2 at -30oC

Shore hardness D: 62

Vicat softening point: 80oC using load of 5kg

Page 141: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

7

3. Physical characteristics

The 12/10 micro duct shall have the following physical characteristics:

Manufactured to ISO 9001 certification

Outer Diameter: 12.0mm with +/- variance of 0.1mm

Wall thickness: 1.0mm with +0.0mm to -0.1mm variance

Ovality: <5%

Air pressure rating: 10 bar for 5 minutes

Minimum tensile force at yield: 445N

Reversion ISO 2505 < 3%

Coefficient of friction: <0.1

Ball testing: 85% of internal diameter ball passes freely

4. Colour coding:

Ducts and micro ducts shall be colour coded in different colours to ensure ease of

identification.

Outer sheath shall be Yellow according to the TIA/EIA 598 colour code

Micro ducts: 7-way: Blue, Orange, Green, Brown, Slate, White, Red

5. Packaging for transport:

The ducts must be supplied on steel reels. A rebate price must be provided for all steel reels

returned to supplier in an acceptable condition.

The individual reels shall carry the following markings:

JDA

Manufacturer’s Name

Reel Number / Duct Identification Number

Duct Length in meters

Type of Duct

Gross weight in kgs

Arrow of Rotation

6. Compression couplings and end caps:

Compression couplings – Plasson or similar approved for different size ducts and micro

ducts

Minimum pressure rating of 16 Bar

End caps as approved for different size ducts and micro ducts

Page 142: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

8

7. Factory acceptance tests:

The supplier shall provide facilities for factory acceptance tests and shall state the process to

be carried out for factory acceptance testing.

The cost shall be included in the per meter rate for the duct.

JDA reserves the right to witness the factory acceptance tests.

Page 143: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

C. Splice Closures

1. INTRODUCTION

There are many splice closures available for different applications and for different cable

configurations. It is important that when selecting a splice closure, the product should be

versatile and well-constructed closure. The dimensions and configurations of the various closure

types will vary but the basic principles of the preparation and the splicing will be very similar.

2. GENERIC CHARACTERISCTICS

The Optical Fibre Splice Closure should be an environmentally sealed enclosure for the fibre

management system that provides the function of splicing in the external network.

The Optical Fibre Splice Closure needs to provide for all cable terminations and sealing

requirements.

The closure would typically be a single ended design made of a thermoplastic material. The base

and dome are sealed with a clamp and pre-installed Gel-O-ring system.

The closure should typically allow a total of six (6) cables, with a diameter of minimum 9mm and

maximum 25mm, to be terminated.

The closure can be opened and closed repeatedly without the need to replace the sealant.

The closure can be used in both underground or in overhead network designs.

Page 144: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

8

D. Post Installation Duct Integrity Test (DIT) procedure

1. SCOPE

This document describes the complete procedure of the post-installation Duct Integrity Tests

(DIT) that must be performed on all newly laid cable ducts.

In cases where ducts were installed on previous projects it is recommended that the ducts be

subjected to a second DIT prior to a new cable installation.

2. PURPOSE OF DIT TESTS

The purpose of the duct integrity tests is to ensure and to certify that all the installed ducts

are;

Continuous,

Connected according to the correct color codes and are not crossed,

Leak free,

Free from deformities and,

Free from dirt particles and water.

Only after this status has been obtained and certified may cables be installed into the ducts.

3. REFERENCE DOCUMENTATION

CBI Electric – Optical Fibre Cable Installation, Splicing & Testing.

HDPE Duct Specification – CBI Electric.

Duct Integrity Test Procedure Prior to Installation – Fibre Optic Telecoms (FOT).

4. DEFINITIONS, ABBREVIATIONS AND ACRONYMS

DIT – Duct Integrity Test

CFM – cubic feet per minute

5. EQUIPMENT REQUIREMENTS

Compressor

An air compressor that can handle a minimum of 10.5 bar of output pressure with a

100 CFM rating must be used when performing the tests.

Air Filters shall be fitted at all times in order to remove moisture.

Air after-coolers must be provided when compressors are not fitted with built-in after-

coolers.

Compressors must be fitted with air intake filters. The filters will reduce the intake of

dirt and contaminants.

A 10.5 bar air dispenser with air flow meter is to be connected to the compressor

when performing the tests.

Page 145: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

9

Mandrel specification (for checking deformities)

The mandrel to be used shall be made of Nylon or Teflon with rounded off ends.

The mandrel diameter must be 85% of the inside diameter of the duct to be tested.

This equates to 8.5mm for 12/10mm ducts and,

For the 32/26mm ducts it must be 22mm.

The mandrel length must be approximately five (6) times the inside diameter of the duct. Rounded off

figures will equate to:

±60mm long for 12/10mm ducts and

±150mm long for 32/26mm ducts.

Mandrel sizes for other duct sizes must be calculated in the same manner.

Sponges (for cleaning and drying)

The sponge will have a diameter twice the inner diameter of the duct and a length of 5

times the inner diameter of the duct.

The sponge must be high density of at least 28 grams /cft

Pressure gauge and connector manifold

There are various configurations of manifolds that are used for connecting the air

supplies to the ducts to be tested.

The most practical is to have a manifold fitted with a number of gauges and valves so

that the tests can be done on several ducts simultaneously.

An example of a typical manifold is shown below for reference (Figure 1).

FIGURE 1: MANIFOLD WITH GAUGES, VALVES AND DUCT CONNECTORS

6. TESTS TO BE PERFORMED

The following tests must be performed on all newly laid ducts. It is extremely important that

the sequence of these tests be strictly adhered to:

Air-Pass test (continuity and blockage test).

Page 146: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

10

Sponge blowing test (cleaning).

Mandrel test (check for deformities).

Pressure test (test for air leakages).

7. AIR-PASS TEST

Principle

The Air-Pass test is performed on every duct and the individual micro-ducts of a multi

way duct to confirm end-to-end continuity between the two access points.

Air is introduced from one end of the duct and the resultant flow is observed at the far

end of the duct.

If the air escapes from the far end of the duct then it is established that the duct is

continuous.

If a reduced volume of air or no air emerges at the far end it must be considered that

a blockage could have occurred.

The fault has to be identified, localized and rectified before proceeding with any

further testing.

Procedure

Prepare (open-up) the duct ends to prepare for the DIT.

The Air-Pass test is performed on each individual duct and micro-duct to confirm end-

to-end continuity between the two access points.

The individual ducts from the Manhole or Jointing Pit must be connected to the duct

calibrating equipment.

The other end of the duct calibrating equipment must be coupled to the outlet of the

air compressor by means of a flexible air-hose.

On the downstream end, the micro duct is secured in a suitable mesh wired flexible

grip (cable pulling sock) to avoid any accidents in the event of a pebble or solid

particle already present inside the micro-duct before the start of Air-Pass testing

procedure.

When the set-up is ready, open the air discharge valve from the compressor slowly.

The air starts flowing in a controlled fashion via the regulator on the duct calibrating

equipment into the micro duct. Pressure stabilization in the micro-duct will take

approximately 20 seconds. The standard multi-duct length which can be put to test is

1000m.

Normal Air discharge: If the air discharged at the far-end is sufficient, then the micro-

duct length under test is deemed to have passed the Air-Pass test.

Low Pressure Discharge: If the observed pressure at the downstream end is less than

the norm, there may be a possibility of air leakage from a loose coupler, micro-duct

puncture, partial blockage or cuts on the multi-duct etc. in between the points of

testing. If this test fails, the joints at the marked coupler points in the section must be

opened to locate and repair possible loose or un-secured couplings.

Page 147: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

11

Back Pressure: If the pressure observed on the regulator pressure dial is more than

the set pressure, then there may be possibility of a blockage due to several causes –

e.g. deformity in the micro-duct, severe kinks, crush, bends, severe indentations, etc.

giving rise to back pressure. If the back-pressure test fails, a Crush & Deformity test

must be carried out.

Details of faults found must be noted on the DIT certificate and a supporting site

instruction must be handed to the relevant contractor for immediate remedial action.

Possible causes of the failure can be:

Missing ducts,

Ducts not connected through,

Damaged ducts or,

Wrong connection on duct colors.

Warning: During the whole operation, no one should be allowed to stand directly in

front of the multi-duct end whether in the trench or the Jointing Pit/Manhole.

8. SPONGE TEST

Principle

The purpose of this test is to clear the duct of any dirt, objects or water that may have

entered the duct during the installation process.

Any small obstacles or water in the ducts could cause the mandrel to get stuck in the

ducts and could lead to damage of the low friction lining on the inside of the duct.

Procedure

Release the connecting tube between the test assembly and the duct after all air has

been released.

Insert a high-density sponge of the correct size as described above into the duct to be

tested and reconnect test assembly to the duct.

Inform all personnel at far end to stand clear and open the air gradually. The air

pressure must not exceed 10 bar during this operation.

The sponge should arrive at the far end of the duct within a minute.

If there are any signs of water or dirt the process must be repeated with a clean

sponge of the same diameter to ensure that the duct is clear of all debris. If required,

this step must be repeated until the sponge is clear of all debris and water.

Once the test is successful, close the air and move to mandrel test.

The sponge can be left in the safety catching device to reduce the impact of the

mandrel when it exits the duct.

If the sponge does not appear at the far end of the duct, or within a reasonable

amount of time, the suspected fault must be recorded on the DIT test report and handed to

the relevant contractor on a site instruction for immediate attention.

Possible causes for a sponge in getting stuck in a duct are:

Page 148: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

12

The duct could be badly kinked,

The presence of dirt or water in the duct or;

Faulty or wrongly fitted duct connectors.

9. MANDREL TEST

Principle

The purpose of the test is to verify that the inside diameter of the duct is constant

throughout at 85% of the specified inside diameter.

Deformities and bends in the duct can cause friction on the cable and will adversely

affect installation distances.

Procedure

Disconnect the connecting tube between the test assembly and the duct after all air is

released.

Insert the correct size mandrel as described above and reconnect the test assembly

to duct.

Inform personnel at the far end of the duct length to stand clear and gradually

increase the airflow to a maximum of 5 bar pressure. On an elevated terrain, the

pressure may be increased to 8 bar.

If the ducts are clear and connected properly the mandrel should take approximately

one minute to travel a distance of 1000m.

If the test is successful, close the air and move to the pressure test and take note of

the mandrel condition. If grooves are present on the mandrel it is possibly from

indentations in the duct.

If the mandrel does not appear at the far end, record the fault and hand it to the

installation contractor for immediate attention.

Possible causes for the mandrel to get stuck are:

Reduction in inside diameter of the duct,

Excessive pressure on the duct due to incorrect bedding and padding,

Kinks in the cable caused during installation,

Deformities in the duct or

Faulty connectors.

10. PRESSURE TEST

Principle

Cable installation by means of jetting can only be carried out successfully under a

pressure of 10 bar. Before any cable installation is attempted it is necessary to verify

that the duct can hold this pressure.

The test criterion is set to maintain a pressure of 10 bar for 5 minutes with a tolerance

of 0.5 bar pressure drop

Page 149: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

13

Procedure

Connect the near end of the duct to be tested to the air-feed from the compressor via

the duct calibrating equipment and seal off the far-end of the duct using the correct

end-plug.

Feed the air from the compressor into the duct and raise the pressure to equalize at

10 bar. Close the air inlet valve.

Observe the pressure reading for 5 minutes. A pressure drop of 0.5 bar is

permissible.

If the pressure does not drop below 9.5 bar within 5 minutes, the pressure test is

considered as passed.

If the pressure test drops below 9.5 bar, the pressure test has failed. The probable

causes could be either a coupler leakage or a puncture in the duct under test.

In the case of the duct failing this test, the suspected fault must be recorded on the

DIT Report and a supporting site instruction must be handed to the relevant contractor for

immediate remedial action.

11. CORRECT SEQUENCE AND PURPOSE OF THE VARIOUS TESTS

# Test Specification Purpose

1 Air Full discharge from compressor Check for duct continuity

2 Pressure 10 bar for 5 min. Permissible drop 0.5 bar Check for coupler leakage, puncture

3 Sponge Diameter = twice the duct ID.

Length = 5 times the ID of the duct.

Sponge Density = Min. 28 gram/cubic foot

Cleaning of the duct

4

Mandrel

Diameter 85% of the duct ID and the lengths

are 60 mm for the 12/10 inner ducts, 100mm

for the 18/15 inner ducts and 150 mm for the

32/28 ducts

Check for bends and twist in duct

12. SAFETY

Do not go inside the manhole or hand hole while the DIT is being performed.

Wear safety glasses outside the manhole or hand hole.

Do not stand in front of the ducts when air/shuttle/sponge/transmitter is blown.

Do not open couplers before air is released completely.

Use warning tape and proper barricading wherever manholes or hand holes are opened.

Use warning cones and tape around the compressor for proper identification by approaching

traffic from a distance.

Page 150: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

14

13. CABLE FLOATING PLAN

The Cable Floating plan consists of vital documents and line diagrams to assist a blowing

team to pre-plan floating activities. It must give a clear picture of the quality of the duct

sections from a floating point of view. With the help of the DIT documentation the blowing

team should be in a position to foresee any problems that may be encountered during

blowing and it can plan to tackle those problems in advance. Apart from this the DIT

documentation should also give a good indication of the quality of duct laying done by the

contractor.

With these objectives in mind a comprehensive and objective cable floating plan with the

following information must be supplied:

Line Diagram: Indicates the coupler points along the sections, as well as all

crossings.

DIT information: Indicates the shuttle pass time, sponge time and result of the

pressure test.

Faults/ Failures: Indicates type of faults encountered in a given section.

Rectification: Gives the details of rectification carried out in a given section.

14. DUCT TEST AND ACCEPTANCE SHEET

The Duct Test and Acceptance Sheet is designed in such a manner to capture all the

relevant important information and specifications at the same time, to obviate time wastage.

Provision is made on the certificate to record the position of three adjacent manholes with

their two intermediate duct sections (Manholes “A”, “B” and “C”).

The DIT testing must be done in both directions from the middle manhole on the certificate

(Manhole “B”).

The testing is firstly done from Manhole “B” to “A” and on completion, the tests are repeated

between Manhole “B” to “C”.

The four individual test results must be recorded for both sections in the provided columns.

Provision is made at the bottom of the form for the three witnessing parties to sign, certifying

the results obtained.

All signatories must be present and have witnessed the test procedure when signing the

certificate.

Page 151: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

15

Contractor Test Date

Compresso Make: Model CFM

Site A – Manhole Site B – Manhole

Item Description Ti ck or note val ue

Air Pass Test (Para. 7)

1 Micro Duct 1 - Blue

Duct failures must be reported to Company

PASS FAIL

Micro Duct 2 - Orange PASS FAIL

Micro Duct 3 – Green

Micro Duct 4 - Brown PASS FAIL

Micro Duct 5 – Slate PASS FAIL

Micro Duct 6 – White PASS FAIL

Micro Duct 7 - Red PASS FAIL

Pressure Test (Para 10)

2

The ducts must retain a pressure of 10 bar for 5 minutes with a maximum allowable drop of 0.5 bar

Micro Duct 1 - Blue

Duct failures must be

reported to Company

PASS FAIL

Micro Duct 2 - Orange PASS FAIL

Micro Duct 3 – Green PASS FAIL

Micro Duct 4 - Brown PASS FAIL

Micro Duct 5 – Slate PASS FAIL

Micro Duct 6 – White

Micro Duct 7 - Red PASS FAIL

Sponge Test (Para. 8)

3

Sponge dia. 2 x ID of duct and length 5 x ID of duct

Micro Duct 1 - Blue Sponge Dia. : Length: 130mm. PASS FAIL

Micro Duct 2 - Orange Sponge Dia. : Length: 130mm. PASS FAIL

Micro Duct 3 – Green Sponge Dia. : Length: 50mm. PASS FAIL

Micro Duct 4 - Brown Sponge Dia. : Length: 50mm. PASS FAIL

Micro Duct 5 – Slate Sponge Dia. : Length: 50mm. PASS FAIL

Micro Duct 6 – White Sponge Dia. : Length: 50mm. PASS FAIL

Micro Duct 7 - Red

Control Sheet

Page 152: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

16

Mandrel Test (Para. 9)

Micro Duct 1 - Blue Mandrel Size: Dia. : 8mm. Length: 75mm. PASS FAIL

Micro Duct 2 - Orange Mandrel Size: Dia. : 8mm. Length: 75mm. PASS FAIL

Micro Duct 3 – Green Mandrel Size: Dia. : 8mm Length: 75mm. PASS FAIL

Micro Duct 4 - Brown Mandrel Size: Dia. : 8mm Length: 75mm. PASS FAIL

Micro Duct 5 – Slate Mandrel Size: Dia. : 8mm Length: 75mm. PASS FAIL

Micro Duct 6 – White Mandrel Size: Dia. : 8mm Length: 75mm.

Micro Duct 7 - Red Mandrel Size: Dia. : Length: 75mm. PASS FAIL

Duct Connectivity and Labelling

Ducts Plugged & Labelled YES NO

All Ducts coupled through YES NO

Site A – Manhole # Site B – Manhole #

Acceptance Signatures

Contractor

Name Signatur Date

Representative

Name Signatur Date

S.M.E.

Name Signatur Date

Page 153: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

17

15. CLEANING AND PROVING PROCEDURE FOR 110MM OUTER DUCTS (HDPE)

Generally, the ducts (pipes) must be placed in the trench, a length at a time and must be

jointed on the floor of the trench with the plastic couplings provided (pre-fitted on one side of

each length). See Figures 2 & 3 below.

FIGURE 2 & 3: 110MM SLEEVES AND COUPLINGS

As the ducts are laid and jointed they must be kept free from internal obstructions and the

ingress of dirt/moisture, by plugging/sealing the ducts and on completion of the laying of the

pipes, insert duct end caps in the manholes and pits. See Figures 4 & 5 below.

FIGURE 4 & 5: DUCT END CAPS

On completion of the laying and backfilling the ducts must be cleaned and proved by pulling

through a cylindrical cleaning brush followed by a wooden or Teflon mandrel ± 400mm long

and 5mm less in diameter than the bore of the duct. The brush should be pulled through the

duct twice and then followed by the mandrel. See Figure 6 below.

Page 154: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

18

FIGURE 6: CYLINDRICAL CLEANING BRUSH FOR 110MM SLEEVES

On successful completion of these actions the duct end caps must be replaced on all of the

open ducts.

Page 155: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

19

E. Optical Fibre Cable Drum Handling and Pre-Installation Test Procedure

1. INTRODUCTION

This document details the test procedure that must be performed on all optical fibre cables

after delivery form the cable supplier and before installation. This test is also known as a “On

the drum Test”.

The document will also refer to relevant topics such as the safe handling of cable drums and

safety aspects specifically pertaining to optic fibres.

Although there are various cable types and sizes available and a wide range of optic fibre

splicing machines and test equipment, this document will describe the processes in a

generalised manner so that it can easily be adapted to meet all requirements.

Order of description

Purpose;

Handling and storage of cable drums;

Test Procedure; and

Safety.

2. PURPOSE

All fibre strands in all optical fibre cables delivered on site must be inspected and tested by

the installer/contractor on the drum prior to installation. This is to ensure that the cable was

not damaged during shipment from the manufacturer to the job site. Since the cost of cable

installation is usually high it is important that a faulty cable is not installed. The test will

confirm the length of the cable as provided by the manufacturer, the continuity of all fibres,

and the attenuation loss of all the fibres.

3. OPTICAL FIBRE CABLE DRUM HANDLING AND STORAGE

This section provides information for the safe handling and storage of optical fibre cables and

drums at various places – from receiving from the manufacturer to delivery on site. Optical

fibre cables are sensitive to damage during handling and installation. Such damage can

degrade cable performance to the extent that replacement is necessary. In order to obviate

this risk, the following precautions should be taken.

Cable unloading

Whilst unloading drums of cable from a truck it is important that the drums may not be

pushed from the truck to land on tyres or any such cushioning objects to “soften” the

impact. The weight of the drum and cable could cause damage to the flanges of the drum

which in turn could flatten the cable on the drum.

The drum must be rolled from the truck onto a receiving platform which is the same height

as that of the tailgate of the transporting vehicle.

A forklift or crane with suitable rigging chains may be used to offload the cable drums. The

necessary safety precautions whilst using these mechanical aids must be strictly adhered

to.

Page 156: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

20

If inclined ramps are used to offload cable drums, this must be done with adequate restraint

and control of the drums. The drums may not be allowed to roll off freely.

Roll each drum away from the bottom of the ramp before handling the next drum.

Cable drum protection battens

Cable drums are fitted with wooden battens for protection of the cable. The purpose of the

battens is to protect the cable from damage by minor impacts resulting from rolling the

drums on rough surfaces.

Drums must always be rolled in the direction of the arrow on the drum flanges. Rolling the

drum in the opposite direction will result in slack accumulating on the drum which could

cause kinking and tangling of the cable.

Do not remove the battens from the drum until the drum is ready to be tested in preparation

for installation.

Cable drum storage

Cable drums must always be stored in an upright position and resting on the drum flanges.

Storage of drums in any other position can lead to winding defects and result in damage to

the fibres (see Figure 2 below).

FIGURE 2: POSITIONING OF DRUM ON FLANGE EDGE AND SIDE

If storage place is limited and it becomes necessary to stack the drums they must be

stacked in the upright position (see Figure 3 below).

FIGURE 3: POSITIONING OF DRUM ON FLANGE EDGE AND SIDE

If the wooden battens are removed from the cable drums, their rolling edge should be lined

up in rows with the flanges touching each other so that the flanges do not overlap and

damage the cable (see Figure 4 below).

Page 157: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

21

FIGURE 4: POSITIONING OF DRUM ON FLANGE EDGE AND SIDE

Cable storage environment

Optical fibre cables are supplied on wooden drums. Due to this reason in house storage is

advised.

If drums are outside, the drums must be placed on a solid hard surface and drum must not

come into contact with moist soil. This will result in the degradation of the wooden drum.

During rainy seasons the drum must be covered with tarpaulins or polythene to avoid the

drum becoming water logged.

Cable inspection

On receipt of a cable drum on site the documentation and the stencilled markings on the

drum must be compared and verified. This will include:

Manufacturer;

Drum number;

Cable length; and

Cable type.

Check the condition of the protective battens and drum flanges. If there is any damage

inform the supplier immediately.

If there is no visible damage it can be accepted that no damage occurred during transit and

the cable can be tested.

Upon receipt of the cable on site the contractor takes full responsibility for the safekeeping

and protection of the cable against damage and theft. The contractor shall take necessary

precautions to ensure the safety of the cable.

Opening the cable drum

The wooden protection battens are nailed to the drum flanges. These can be carefully

removed with a hammer or nail removing tool.

Once the battens have been removed make a visual inspection for any damage or

flattening of the cable.

Locate and take out the inner and outer ends of the cable and confirm the embossed cable

length and drum number with that on the dispatch documents.

Fig 3. a) open drums stored by touching flanges b) wrong storage

Page 158: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

22

4. FIBRE STRAND TEST PROCEDURE

The following important notes must be kept in mind when arranging delivery and scheduling

the testing of cables:

The delivery of cables to site must be scheduled as close as possible to the installation date to

avoid the possibility of damage or theft whilst being stored on site.

The fibre testing must be done within 48 hours after delivery of the cable on site.

The Project Owner’s representative must be advised at least 48 hours in advance of when the

testing will take place.

After the removal of the battens from the drum, locate the outer end of the cable and carefully

unwind an adequate length of cable to reach the area where the testing will take place. This is

usually in a sheltered area or vehicle.

Cut and remove 1m of the cable sheath with a cable slitter.

Tape the butt-end of the cable with PVC tape for a distance of 10mm to support the loose

tubes.

Remove the cellophane wrappings and all filling and protection material up to the butt-end of

the cable.

Clean the loose tubes with isopropyl alcohol to remove petroleum jelly.

Cut the first tube to be tested with a tube cutter. Care must be taken not to cut through the

tube into the fibres. Remove the cut tube by pulling it forward to the end of the fibres.

Clean the exposed fibres with pre-packed cleaning tissues.

Position and switch on the OTDR.

Set the OTDR to the 1550nm setting.

Connect a test lead to the OTDR and prepare the other end to be spliced to the first fibre to be

tested. This entails stripping the primary coating from the fibre and then cleaning the fibre with

isopropyl alcohol and a lint free cloth.

Cleave the fibre to be tested and the test lead and complete the first splice. If a splicing

machine is not available a mechanical splice can be used to connect the test lead of the

OTDR to the fibres to be tested.

Ensure that the far end, the end on the inner side of the drum, is insulated and protected.

Perform the OTDR test of the fibre and save the results under an appropriate label on the

OTDR.

Now repeat this process for all the fibre strands in the cable (see Annexure A for the cable

colour coding and strand numbering schedule).

A soft copy of the OTDR test results must be made available to the Project Owner’s

representative.

The test results must also be recorded on a Pre-Installation Record Form (see Annexure B).

The maximum allowable attenuation loss is 0,25dB per km and any readings greater than this

must be regarded as a failure in the fibre.

Page 159: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

23

In addition to the cable loss, fibres with any points or steps of discontinuity, referred to as

events, greater than 0,04dB shall be regarded as a failed fibre.

On completion of the above tests the cable must be resealed and rewound onto the cable

drum.

5. SAFETY

In addition to the regular standard safety precautions there are additional precautions to be

taken when working with optical fibre cables that are extremely important to adhere to. All

staff working or assisting with any form of optical fibre activities must be sensitized in this

regard.

Laser protection

Laser beams used in optical communication are invisible and can seriously damage the

eye. Viewing it directly does not cause any pain and the iris of the eye does not close

automatically as it does whilst viewing bright light. This can cause severe damage to the

retina of the eye.

Never look into a fibre that has a laser coupled to it.

If your eye has accidentally been exposed to a laser beam, immediately seek medical

assistance.

Optical fibre handling precaution

Broken ends of fibres created during termination and splicing are extremely sharp and

dangerous and can easily penetrate the skin. They invariably break off and due to being

transparent and very thin it is extremely difficult to see and remove these pieces once they

have penetrated a person’s skin. A delay in removing these pieces could lead to infection.

Be careful whilst handling fibres.

Avoid the penetration of these pieces into your skin.

Do not drop pieces on the floor where they will stick to your shoes and be carried

elsewhere.

Pieces of fibre that have dropped to the floor can be picked up with a tweezers or with

sticky tape.

Dispose of off cut pieces of fibre by placing them in a sealable container.

Do not eat or drink near the installation area where fibres are being handled.

Material handling

Fibre optic splicing and termination processes require various chemical cleaners and

adhesives. The safety instructions defined for these substances must be followed. When

working with these materials remember the following instructions:

Always work in well ventilated areas.

Avoid skin contact with the materials as much as possible.

Avoid using materials that cause allergic reactions.

Page 160: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

24

Even simple items such as isopropyl alcohol used as a cleaner is flammable and should be

handled carefully.

Safety summary

5.1.4.1.1 Keep all food and beverages out of the work area to avoid fibre particles being

ingested.

5.1.4.1.2 Wear safety glasses with side shields and handle the fibre optic splinters similar to

glass splinters.

5.1.4.1.3 Never look directly through the end of fibres or connectors until you are sure that there

is no light source at the other end.

5.1.4.1.4 Only work in well ventilated areas.

5.1.4.1.5 Do not touch your eyes whilst working with fibres until your hands have been

thoroughly washed.

5.1.4.1.6 Keep all combustible materials away from the curing ovens and splicing machine.

5.1.4.1.7 Dispose the fibre scraps properly in sealed containers.

5.1.4.1.8 Thoroughly clean the work area after completion of the installation or tests.

5.1.4.1.9 Do not smoke whilst working with fibre optic systems.

Page 161: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

25

ANNEXURE A: LOOSE TUBE AND FIBRE COLOUR CODING TABLE

Page 162: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

26

ANNEXURE B: PRE-INSTALLATION RECORD FORM

This form must be completed and signed by the contractor prior to the installation of the cable. This

completed form and a soft copy of the OTDR results must be handed to the Project Owner’s representative

for record purposes.

Project Name and Link Description Date

Cable Manufacturer Drum No.

Testing Contractor Cable Length

Make and Model of Test Equipment

No of Fibres

Fibre No

Test results (dB)

Tube1 Tube2 Tube3 Tube4 Tube5 Tube6 Tube7 Tube8 Tube9 Tube10 Tube11 Tube12

1

2

3

4

5

6

7

8

9

10

11

12

I hereby confirm that the optical fibre cable has been received by me in good working order.

Site Engineer / Subcontractor

Name Signature Date

Witnessed / Accepted by

Name Signature Date

Page 163: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

27

F. Optical Fibre Cable Post-Installation Test Procedure

1. INTRODUCTION

Scope

This document describes the test procedure that must be performed on all optic fibre cables

after installation and prior to splicing.

The document will also refer to safety aspects specifically pertaining to optic fibre cable

handling.

Although there are various cable types and sizes available and a wide range of optic fibre test

equipment, this document will describe the processes in a generalised manner so that it can

easily be adapted to meet the various configurations.

Order of Description

Purpose;

Test Procedure; and

Safety.

2. PURPOSE

All fibre strands in all optic fibre cables delivered on site should be inspected and tested by

the installer/contractor, on the drum, prior to installation. This is to ensure that the cable was

sound and all of the fibres faultless prior to the cable installation process.

This post installation test is to ensure and confirm that no damage was done to the cable

during the installation activity. The test will confirm the length of the installed cable, the

continuity of all fibres, and the attenuation loss of all of the fibres.

3. FIBRE STRAND TEST PROCEDURE

The following important notes must be kept in mind when arranging the time for the post

installation tests to be done:

The tests must be scheduled as close as possible after the cable installation date.

The Project Owner representative must be advised at least 48 hours in advance of when the

testing will take place.

Carefully unwind the cable slack from the manhole and take the cable end to the area where

the fibre testing will take place. This is usually in a sheltered area or in a vehicle.

Ensure that enough slack was left in the manhole for the required slack coil and the joint to be

made. (15N-02 slack + 2m for jointing + 1m for post installation testing)

Cut and remove 1 meter of the cable sheath with a cable slitter.

Tape the butt-end of the cable with PVC tape for a distance of 10mm to support the loose

tubes.

Remove the cellophane wrappings and all filling and protection material up to the butt-end of

the cable.

Page 164: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

28

Clean the loose tubes with isopropyl alcohol to remove the petroleum jelly.

Cut the first tube to be tested with a tube cutter. Care must be taken not to cut through the

tube into the fibres. Remove the cut tube by pulling it forward to the end of the fibres.

Clean the exposed fibres with pre-packed cleaning tissues.

Position and switch on the OTDR.

Set the OTDR to the 1550nm setting.

Connect a test lead to the OTDR and prepare the other end to be spliced to the first fibre to be

tested. This entails stripping the primary coating from the fibre and then cleaning the fibre with

isopropyl alcohol and a lint free cloth.

Cleave the fibre to be tested and the test lead and complete the first splice. If a splicing

machine is not available a mechanical splice can be used to connect the test lead of the

OTDR to the fibres to be tested.

Ensure that the far end of the cable is insulated and protected.

Perform the OTDR test of the fibre and save the results under an appropriate label on the

OTDR.

Now repeat this process for all the fibre strands in the cable. (See Annexure A for the cable

colour coding and strand numbering schedule)

A soft copy of the test results from the OTDR must be made available to the Project Owner

representative.

The test results must also be recorded on a Pre-Installation Record form. (See Annexure B)

The maximum allowable attenuation loss is 0,25dB. per Km and any readings greater than this

must be regarded as a failure in the fibre.

In addition to the cable loss, fibres with any points or steps of discontinuity, referred to as

events, greater than 0,04dB shall be regarded as a failed fibre.

On completion of the above tests the cable must be resealed and rewound and secured on the

cable supports inside the manhole.

4. SAFETY

In addition to the standard safety procedures there are additional precautions to be taken

when working with optical fibre cables that are extremely important to adhere to. All staff

working or assisting with any form of optical fibre activities must be sensitized in this regard.

Laser Precaution

Laser beams used in optical communication are invisible and can seriously damage the eyes.

Viewing it directly does not cause any pain and the iris of the eye does not close automatically

as it does whilst viewing bright light. This can cause serious damage to the retina of the eye.

Therefore,

Never look into a fibre that has a laser coupled to it; and

If your eyes have accidentally been exposed to a laser beam, immediately seek medical

assistance.

Page 165: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

29

Optical fibre Handling Precaution

Broken ends of fibres created during termination and splicing are extremely sharp and

dangerous and can easily penetrate the skin. They invariably break off and due to being

transparent and very thin it is extremely difficult to see and remove these pieces once they

have penetrated a person’s skin. A delay in removing these pieces could lead to infection.

Hence,

Be careful whilst handling fibres;

Avoid the penetration of these pieces into your skin;

Do not drop pieces on the floor where they will stick to your shoes and be carried

elsewhere;

Pieces of fibre that has dropped to the floor can be picked up with a tweezers or with sticky

tape;

Dispose of off cut pieces of fibre by placing them in a sealable container; and

Do not eat or drink near the installation area where fibres are being handled.

Material Handling

Fibre optic splicing and termination processes require various chemical cleaners and

adhesives. The safety instructions defined for these substances must be followed. When

working with these materials remember the following instructions:

Always work in well ventilated areas;

Avoid skin contact with the materials as much as possible;

Avoid using materials that causes allergic reactions; and

Even simple items such as isopropyl alcohol used as a cleaner, is flammable and should be

handled carefully.

Safety Summary

Keep all food and beverages out of the work area to avoid fibre particles being ingested.

Wear safety glasses with side shields and handle the fibre optic splinters similarly to glass

splinters.

Never look directly through the end of fibres or connectors till you ensure there is no light

source on the fibres at the other end.

Only work in well ventilated areas.

Do not touch your eyes while working with fibres until your hands have been thoroughly

washed.

Keep all combustible materials away from the curing ovens and splicing machine.

Dispose of the fibre scraps by placing them in containers and sealing them.

Thoroughly clean the work area after completion of the installation or tests.

Do not smoke whilst working with fibre optic cables or fibre optic systems.

Page 166: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

30

ANNEXURE A: LOOSE TUBE AND FIBRE COLOUR CODING TABLE

Page 167: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

31

Project Name and Link Description

Manhole # End A Manhole # End B

Drum No. Cable Length

No of Fibres Make and Model of Test Equipment

Project Name and Link Description

ANNEXURE B: ATTENUATION TESTING OF FIBRE OPTIC CABLE POST INSTALLATION

This form must be completed and signed by the contractor post installation and prior to splicing the cable. This completed form and a soft copy of the OTDR results must be handed to the Fibreco representative for record purposes.

Manhole # End A Manhole # End B

Drum No. Cable Length

No of Fibres Make and Model of Test Equipment

Test results (dB)

Fibr e No

Tube 1

Tub e2

Tub e3

Tube 4

Tube 5

Tube 6

Tube 7

Tube 8

Tube 9

Tube 10

Tube 11

Tube 12

1

2

3

4

5

6

7

8

9

10

11

12

I hereby confirm that I have tested the fibre optic cable

Site Engineer / Subcontractor

Name Signature Date

Witnessed / Accepted by

Name Signature Date

Page 168: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

32

G. Optical Fibre Conformance Test Procedure

1. SCOPE

The content of the document provides the guidelines, standards, procedures and pass/fail

criteria to be used with the qualification of installed fibre cable and related infrastructure.

Section 2 contains an overview of tests required.

The following fibre cable qualification tests are described in the document:

Visual Connector Inspection;

Optical Return Loss (ORL) and Reflectance;

Optical Link Loss Measurement;

Optical Time Domain Reflectometry (OTDR) measurements;

Polarization Mode Dispersion (PMD); and

Chromatic Dispersion (CD).

2. QUALIFICATION REQUIREMENT SUMMARY

Cable Acceptance tests will be done from an ODF to an ODF.

The following tests will be required for cable acceptance tests:

Optical Link Loss (or Insertion Loss) at wavelengths of 1550nm and 1625nm (in both

directions);

Optical Return Loss at wavelengths of 1550nm and 1625nm (in both directions) (tested

with ILM test set);

Reflectance at wavelengths of 1310nm and 1625nm (from both ends);

Bidirectional OTDR at wavelengths of 1550nm and 1625nm;

Chromatic Dispersion over C band, 1530nm and 1565nm to be recorded on

characterization report; and

Polarization Mode Dispersion over C band, 1530nm and 1565nm to be recorded on

characterization report.

If an additional Inter-facility cable test is required as part of the link, the following should be

performed:

Optical Link Loss after installation (in both directions); and

Reflectance at wavelengths of 1310nm and 1625nm from the patch closest to the

transmission equipment towards the outside cable.

3. REFERENCE DOCUMENTATION

Optic Fibre Cable Pre-Installation Test Procedure.

Optic Fibre Cable Post-Installation Test Procedure.

Relevant Naming conventions.

Page 169: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

33

“Corning SMF28e+ Low Loss” and “Corning LEAF Optical Fibre” datasheets.

Samsung ITU-T G.656 compliant fibre specification.

All relevant Testing Equipment Manuals & Safety Procedures.

4. GENERAL

For acceptance, the Contractor will materially perform all tests, provide documentation, and

meet the standards identified in this procedure. On completion of all testing, the test reports

shall be signed off by the Project Owner’s nominated representative.

The Project Owner shall have the right to witness all tests.

All fibre cables that conform to the tests standards as set out in this document shall be clearly

marked as per the relevant naming and numbering convention.

The electronic results shall be numbered according to the naming convention.

Electronically fibres shall be numbered with a Fibre and the number, padded to two

digits, i.e.: Fibre01, Fibre02, Fibre03 … Fibre72 etc.

Any test that yield results outside the expected values as specified in this document shall be

deemed to be not conformant and corrective action shall be scheduled to repair any fault

identified.

A summary fibre conformance report shall be completed and submitted per cable.

The objective for each splice is a splice loss value as indicated in Table 3 when bi-directionally

measured with an OTDR. If the Constructing party is not able to meet or exceed the

requirements after three (3) attempts to correct a fault, then 0.2 dB or less bi-directionally shall

be accepted.

Fibre splices with a splice loss greater than the requirements in Table 3 will be identified

as Outside of Specification and indicated as such in the summary report.

Documentation of the three attempts shall be provided as part of the acceptance

documentation.

The following considerations should be taken into account for all tests:

Measurement shall be made after the route has been closed (e.g. trenches, manholes).

It is the contractor’s responsibility to ensure the continuity/connectivity of all tubes and

fibres in the cable under test is correct as per the color coding of the cable/fibre and

positions on the ODFs.

All test equipment used shall be calibrated by a reputable calibration facility and the

associated photo copy of a valid calibration certification attached to the test reports.

All optical connectors in the optical span (ODF/Optical patch panels closest to Tx

equipment/test equipment) shall be cleaned before the commencement of any testing.

An Optical talk set shall be used whilst testing, to ensure voice communication between the

testers at either end of the fibres under test.

All results shall be recorded, saved and presented to the Project Owner:

Drum test (continuity) certificate;

Page 170: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

34

After installation (continuity) certificate. This test can be excluded by the contractor, at

his own risk; and

Full qualification certificate, including all raw test data.

5. TEST EQUIPMENT

The following test equipment is required to perform the tests in this procedure:

Optical Talk Set at either end of the fibres under test;

Optical Fibre Video Microscope (optional, but preferred for fault finding);

Optical Power and Return Loss Meter;

Optical Time Domain Reflectometer (OTDR);

Chromatic Dispersion Tester; and

Polarization Mode Dispersion Tester.

6. TESTING METHODOLOGY

Cleaning and Inspecting connectors

The quality and cleanliness of mechanical connections is a primary contributor to loss

and reflectance in a fibre optic network.

To qualify fibre optic links, a visual inspection for physical defects and dirt is

recommended on connector ends. An optical fibre scope probe can be used for this

purpose.

For safety reasons, before inspecting connector ends, an optical power meter should be

used to ensure there is no light in the fibre. Failure to comply with this procedure may

result in injury and/or loss of sight.

Cleaning a connector:

Wipe with a dry fibre connector cleaner. Re-inspect after cleaning.

If the connector is still dirty, use Alcohol and Optical wipes followed up with a

dry fibre connector cleaner. Re-inspect and replace if necessary.

Cleaning a connector on the ODF:

Clean the connector with an optical swab and/or compressed air.

If the connector is still dirty, it may be necessary to remove the connector from

the patch panel for more thorough cleaning or replacement.

Do not leave optical connectors exposed. Connect patch cords to ODF directly after cleaning

or protect with a dust cap.

Optical Return Loss (ORL)

ORL is a measurement of the intensity of light being reflected towards a laser source.

The value for ORL is positive – the higher the value the better.

ORL measurements shall be performed:

Page 171: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

35

Using a calibrated Optical Power and Return Loss Measurement test set (dual

ended test set).

At wavelengths of:

6.2.2.2.1 1310nm (only applicable for link lengths less than 30km);

6.2.2.2.2 1550nm; and

6.2.2.2.3 1625nm.

In both directions on the link

The guidelines for the expected values of measured results are shown in Table 1.

Reflectance

Reflectance refers to a single event, typically a connector where there is a change or break in

the optical path. The value for reflectance is negative – the more negative the value is, the

better the connectors or optical paths are joined.

Reflectance measurement shall be performed:

Using an OTDR (Short pulse length: 5ns / 10ns, Range: 100m, Time: 15/30

seconds);

With a launch reel;

At wavelengths of: 1310nm and 1625nm; and

From both ends of the link (to assess both connectors).

The guidelines for the expected values of measured results are shown in Table 1.

TABLE 1: EXPECTED ORL AND REFLECTANCE MEASUREMENTS

Measurement Expected value

ORL > 30dB

Reflectance (PC/UPC connectors) < -45dB per event

Reflectance (APC connectors) < -60dB per event

Optical Link Loss Measurement

Optical Link Loss test measures the end-to-end attenuation in the optical fibre link path.

Optical Link Loss measurements shall be performed using a calibrated Optical Source

and Power Meter.

Optical Link Loss shall be measured in both directions of the fibre cable being tested.

Optical Link loss measurements shall be performed at the following wavelengths:

1310nm (only applicable for link lengths less than 30km);

1550nm; and

1625nm.

Before any tests are performed, the manufacturer’s recommended referencing (or

zeroing) procedure shall be performed.

The guidelines for the expected values of measured results are shown in Table 2.

Page 172: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

36

TABLE 2: EXPECTED LINK LOSS LEVELS

Wavelength Fibre Attenuation values (dB/km)

G.652D G.655D G.656

1310nm ≤ 0.35 N/A N/A

1550nm ≤ 0.19 ≤ 0.20 < 0.20

1625nm ≤ 0.21 ≤ 0.22 < 0.21

Record and save the measured link loss at the measured wavelengths.

Bi-Directional OTDR Traces

An OTDR allows the approximate measurement of a range of physical

properties that influences the overall performance of an optical fibre link, such

as:

Bad or dirty connectors;

Fibre bends;

Bad splices; and

Mismatched mode-field diameters.

All measurements shall be performed using a calibrated OTDR tester.

Bi-directional OTDR traces shall be taken using a patch cord (3m to 10m) which shall

have the exact same characteristics as the pigtail being used i.e. G656 and/or G655D

and/or G652D.

OTDR measurements shall be performed with the connectors terminated on the optical

distribution frame or patch panel.

OTDR measurements shall be performed in both directions of the fibre cable which is

being tested.

Measurements for both directions shall be recorded. These values shall then be

averaged using the averaging software of the test units.

OTDR measurements shall be performed at the following wavelengths:

1310nm (only applicable for link lengths less than 30km);

1550nm; and

1625nm.

All OTDR traces shall be measured with the following acquisition parameters and

process:

All acquisition parameters shall be identical for the two directions in which the

bidirectional traces are being measured;

Distance range to be set to the shortest range that covers the entire link

distance including the pigtails and patch cords;

Page 173: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

37

The smallest pulse width setting to be used;

Averaging time to be set to 60 seconds;

If the noise level is not acceptable with these settings, increase the averaging

time and repeat the measurements;

After adjusting the average time, and the averaging time exceeds 120 seconds

while the noise level is still not acceptable, reduce the averaging time back to

60 seconds and increase the pulse width. Repeat the measurements; and

Save all results once measurements are complete.

The guidelines for the expected Splice/Connector Loss values of measured results are shown

in Table 3.

Expected Reflectance values are shown in Table 1.

Expected Link Loss/Attenuation values are shown in Table 2.

TABLE 3: EXPECTED SPLICE / CONNECTOR LOSS VALUES

Measurement Expected value

Splice Loss @ 1550nm < 0.15dB

Splice Loss @ 1625nm < 0.13dB

Connector Loss < 0.5dB

Average splice loss over a section (ODF-to-ODF, for any section >20km)

< 0.08dB

If any splice value exceeds the value in Table 3, the rectification process would be:

The splice should be re-spliced up to three times to attempt to bring it within

specification.

If after three (3) re-splice attempts the value still exceeds the expected value,

the incident must be recorded on an Out of Specification report. The report

must be signed by the Project Owner’s witness. Only include the 1550nm out of

specification splices.

Record and save test results at measured wavelengths.

The traces are to be saved electronically and the virgin (un-manipulated) trace must be

provided:

in Bellcore format (GR-196-CORE / SR-4731);

via USB flash drive at time of witness testing (USB flash drive to be provided by

witness); and

Appropriately named and submitted (zip file preferred) with an electronic copy of

the final summary test report as part of the final test documentation.

The IOR should be considered when setting up the OTDR for the fibre under test as shown in

Table 4.

Page 174: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

38

TABLE 4: INDEX OF REFRACTION VALUES

Wavelength OTDR Index of Refraction (IOR) Value

G.652D G.655D G.656

N @ 1310 nm 1.4676 N/A tbc

N @ 1550 nm 1.4682 1.468 tbc

N @ 1625 nm 1.4680 1.469 tbc

Chromatic Dispersion Testing

Chromatic Dispersion (CD) is caused by the wavelength dependence of the Index of

Refraction (IOR) in optical fibre. This causes the different frequencies that comprise an

optical pulse to separate and widen during propagation, which leads to inter-symbol

interference. CD tests are necessary for spans greater than 50km in length and

considered for 10 Gbps and higher signals.

All measurements shall be performed using a calibrated Chromatic Dispersion test set.

Unidirectional Chromatic Dispersion measurements shall be taken without a launch reel.

All measurements shall be made after the splice hand holes and manholes have been

closed.

Always ensure that the connectors on the optical distribution frame or fibre patch panel

are cleaned properly.

Chromatic Dispersion measurements shall be taken uni-directionally with a testing step ≤

2nm from 1530nm to 1625nm for complete and accurate analysis of all fibre spans

throughout the C+L Bands.

Always perform all referencing and calibration tests as recommended by the test

equipment supplier.

All Chromatic Dispersion measurements shall be performed with the following

acquisition parameters and process:

Fibre length to be set to the distance as measured during the bidirectional

OTDR test;

Fibre type to be set according to fibre type deployed;

Wavelength range to be set to include both the C- and L-band of wavelengths;

and

Guidelines for acceptable averaging times and step sizes are shown in Table 5.

TABLE 5: GUIDELINES FOR OTDR AVERAGING TIMES

Distance Step size Averaging Time

< 10km 5nm – 10nm 1 s

20km – 50km 2nm 1 s

50km – 100km 1nm 2 s

> 200km 0.5nm 2 s – 5 s

Page 175: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

39

The guidelines for the expected values of measured results are shown in Table 6.

TABLE 6: EXPECTED CHROMATIC DISPERSION (CD) VALUES

Wavelength Expected CD (ps/(nm.km)

G.652D G.655D G.656

1530nm 15 to 17 2 to 5 6 to 10

1565nm 17 to 19 4 to 8 8 to 14

Record and save all test results measured.

Polarization Mode Dispersion

Polarization Mode Dispersion (PMD) is caused by the birefringence of optical fibre.

Birefringence causes the different polarization modes of an optical pulse to travel along

the fibre at slightly different speeds, causing the pulse to broaden.

PMD is the average Differential Group Delay (DGD) measured. PMD values are to be

taken uni-directionally at 1550nm and analyzed via a Route Mean Square (RMS)

algorithm for optical spans made up of more than one all-optical and separately tested

section.

High PMD increases the bit error rate, which limits bandwidth. This imposes limitation to

transmitting information at higher speeds and/or over longer distances.

All measurements shall be performed using a calibrated PMD test set.

PMD tests must be performed in factory and after installation.

ISO 9001 factory acceptance test certificates shall accompany all fibre cables

utilized in the project.

The Project Owner reserves the right to witness any or all factory tests.

Unidirectional Polarization Mode Dispersion measurements shall be taken without a

launch reel.

Polarization Mode Dispersion measurements shall be taken with the connectors

terminated on the optical distribution frame or patch panel.

Always perform all referencing and calibration tests as recommended by the test

equipment supplier.

All Polarization Mode Dispersion measurements shall be performed with the following

acquisition parameters and process:

Fibre length to be set to the distance as measured during the bidirectional

OTDR test;

Fibre type to be set according to fibre type deployed; and

Wavelength range to be set to include both the C- and L-band of wavelengths.

The PMD coefficient (measured in ps/√km) indicates the rate at which the pulse broadens

along the fibre length.

The guidelines for the expected cabled PMD values are shown in Table 7.

Page 176: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

40

TABLE 7: EXPECTED CABLED PMD VALUES

Fibre installation type Expected PMD Value

New Fibre Installation (G.652D & G.655D & G656)

≤ 0.1 ps/√km

Existing Fibre Installation ≤ 0.2 ps/√km

Testing of Installed cables/fibres that have not been terminated onto frames/ equipment. Instances will arise where cables have been installed and jointed end to end but may not be terminated onto frames or equipment pending the readiness of the buildings or equipment. In such cases the cables/fibres must be subjected to the following tests as an interim acceptance.

Pre-installation testing of all fibres prior to hauling (On the drum test)

Post-installation testing of all fibres before jointing.

Bi-directional testing of all fibres on completion of splicing in accordance with section 6.5

above

End to end verification of correctness of splicing by using an OTDR with a light source at

the far end. This will confirm straight splicing with no cross overs or swapping of tubes

7. TEST RESULTS

All test results and files shall follow the specified naming convention.

Naming of Fibre Numbers.

A “Witness Test Report” will be filled in on the day of witness testing.

The person witnesses the testing should make an electronic copy of the raw data and trace

files.

The Final Test Report shall include:

The “Section ODF to ODF Acceptance” sheet;

Cable Summary Report in electronic and printed format;

All raw result files, appropriately named and zipped together in electronic format; and

Scanned calibration certificates.

As a minimum, the cable summary report shall contain the following information in the header:

Contractor.

Date testing was performed.

Name of the testing Technician.

Near End and Far End locations.

Location, Rack, Panel, and port of the Optical Distribution Frame or patch panel.

Type of test equipment used.

Calibration certificate number and date for test equipment used.

Project details.

Fibre link details.

Fibre type.

Page 177: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

41

Tests performed.

Summarized measured results of tests performed. and

References to all detailed measured stored test results and traces.

An example header below:

All final test results shall be provided in the following formats:

One printed copy

Witness Test Report, with the following data: Point A, Point B, Total Length,

Operator A (being witnessed), Far-end Operator, Date of testing, Contractor;

Out of Specification Report;

Fibre Characterization, with the following data: Summary of OLTS, OTDR, CD,

PMD, Reflectance;

Splice Register; and

7.7.1.4.1 Acceptance certificate to be signed, with the following info.

7.7.1.4.2 Point A, Point B, Total Length, maximum allowed length, Number of

splices, Date of Testing, Subcontractor, Testing Operator, Far-end

operator.

Electronically (CD / USB)

Electronic report to be provided in Excel format

7.7.2.1.1 Fibre Characterization;

7.7.2.1.2 Bidirectional Splice Loss Report; and

7.7.2.1.3 Splice register: should contain the MH name, Coordinates and splice

closure.

Electronic reports to be provided in PDF format

7.7.2.2.1 Bidirectional Trace views; and

7.7.2.2.2 CD/PMD Trace view.

Other PDF reports (typically scanned)

7.7.2.3.1 Witness Test Report;

7.7.2.3.2 Calibration Certificates;

7.7.2.3.3 Floating Register; and

7.7.2.3.4 Fibre Factory test results (or in Excel).

Raw data to be provided (all data in the following folders and zipped in a single

zip file, named according to the section name):

7.7.2.4.1 OTDR_BIDIR: Bidirectional OTDR traces (.bdr files);

7.7.2.4.2 OTDR: Unidirectional Traces;

7.7.2.4.3 OLTS: Single OLTS result file (. olts); and

7.7.2.4.4 CDPMD: CD/PMD results, either PMD files (.pmdB) and CD files

Page 178: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

42

(.exfoCD) -OR- Combined files (.cdpmd files).

Page 179: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

43

H. 72 core G652.D cable to be installed in 12/10 micro duct : Technical Specifications for Micro Duct Optical Fibre Cables

1. SCOPE

Micro Fibre Optic Cable should be versatile cabling solution suitable for micro duct deployment

of cables using blowing techniques. The cables should be able to blow inside the ducts. These

cables shall be produced using Dry Core Technology and thus providing benefits in terms of

weight, Mid-span Access of the cable and easier installation at site.

2. DESCRIPTION

The cable offered should be based on the multi-tube micro cable design. Cable shall consist of

a multi loose tube manufactured from PBT (Polybutylene terephthalate). In order to aid

identification during installation, the individual optical fibres are color coded in accordance with

specific color coding. To protect the fibres in the loose tube against water ingress and vibration,

the loose tube should be filled with a thixotropic jelly.

Loose Tubes shall be stranded around central strength member made of Fibre Reinforced

Plastic (FRP). The CSM shall provide anti-buckling properties, bend resistance and mechanical

strength as specified in this specification. S-Z stranded, loose tube design along CSM shall

isolate fibres from installation and environmental rigor & facilitates mid span access

Rip Cords shall be applied longitudinally before application of the sheath, to enable easy

stripping of the cable during testing & end preparation.

A Black High-Density Poly-Ethylene, UV resistant, Sheath shall be applied over the preceding

structure of core. The sheath shall be evenly formed around the cable core and shall be free

from blisters and pin holes.

3. GENERAL CABLE CONSTRUCTION

The construction of the cable shall be in accordance with details as given below –

No of fibres Up to 72

No of fibres per tube 12

Buffer tube material PBT (Polybutylene Terephthalate)

Buffer tube diameter Nom 1.6 mm

Filler Black Polyethylene Rod

Central Strength Member Material FRP (Fibreglass Reinforced Plastic)

Core Wrapping Water swellable Tape/Yarns - Dry core technology

Jacket material Black UV resistant HDPE

Jacket thickness Nominal: 0.5 mm, Min 0.4 mm

4. FIBRE AND LOOSE BUFFER TUBE IDENTIFICATION SCHEME:

The fibres in buffer tube shall be coloured in a clearly identifiable manner using the following

colours:

Page 180: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

44

Fibre 1 Fibre 2 Fibre 3 Fibre 4 Fibre 5 Fibre 6 Fibre 7 Fibre 8 Fibre 9 Fibre 10 Fibre 11 Fibre 12

Blue Orange Green Brown Slate White Red Black Yellow Violet Pink Aqua

Buffer Tubes in each layer shall be color coded and stranded in a sequence as given below –

Tube 1 Tube 2 Tube 3 Tube 4 Tube 5 Tube 6

Blue Orange Green Brown Slate White

Tube 7 Tube 8 Tube 9 Tube 10 Tube 11 Tube 12

Red Black Yellow Violet Pink Aqua

5. MECHANICAL & ENVIRONMENTAL CABLE CHARACTERISTIC

Test Description Acceptance Criteria

Cable Tensile Strength

Mandrel Dia. > 20 D, Time – 10 Minutes.

Maximum Load Installation: 600 N

Test Method – IEC 60794-1-2 Method E 1

Fibre strain < 0.25%

Attenuation change < 0.1 dB @ 1550 nm

(before & after completion of test)

No jacket cracking and fibre break

Crush performance

Plates – 100 x 100 mm, Time – 10 Minutes, at one Point.

Load Applied – 1000 N

Test Method – IEC 60794-1-2 Method E 3

Attenuation change < 0.1 dB@ 1550 nm

(before & after completion of test)

No jacket cracking and fibre break

Micromum Bending Radius

Dynamic – 20 D, 1 turn – 1 Cycle

Static- 15 D, 1 turn – 1 Cycle

Where D is diameter of cable.

Test Method – IEC 60794-1-2 Method E 11

No Attenuation change (< 0.05 dB@ 1550 nm)

(before & after completion of test)

No jacket or cable elements damages

Page 181: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

45

Temperature Cycling

Cable Length > 1000 meters, Soak Time – 24 hours.

Temp. Cycling: -20 ºC + 70 ºC

No of Cycles: 2 (Duration > 12 hrs for each cycle)

Test Method – IEC 60794-1-2 Method F1

Attenuation change < 0.1 dB/Km @ 1550 nm

(before & after completion of test)

No jacket cracking and fibre break

Water Penetration

Sample Length – 3 meters,

Test time – 24 hours

Height of water – 1 meter

Test Method – IEC 60794-1-2 Method F5B

No water leakage throughout the open cable end

Drip Test

Sample Length – 300 mm,

Temperature: 70 ºC

Test time – 1 hours

No filling compound shall drip from sample

Operating Temperature Range: -20ºC to +60ºC

Installation Temperature Range: -20ºC to +60ºC

Storage Temperature Range : -30ºC to +70ºC

No jacket or cable elements damages

6. CABLE MARKING

To externally identify the cable, the following printing shall be marked at 1-meter intervals, in

white with hot foil embossing.

“JDA ABC MM/YYYY MC 72 G652D XXXXX MMMM”

With:

Employer: JDA

Supplier Name: ABC

Month/ Year of manufacture: MM/ YYYY

Micro Cable: MC

Page 182: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

46

Standard Code (Fibre Count, Fibre Type): 72 G652D

Cable Identification No.: XXXXX

Sequential Length Marking in meters: MMMM

The accuracy of marking shall be ± 0.5%. Occasional loss of printing & remarking shall

be as per Bell core GR 20 and this super cedes the earlier markings. (Other markings

are available on request)

7. PACKAGING

The cables shall be shipped on treated wooden drums, battened around the circumference for

protections.

Inner and outer ends of the cable will be accessible for testing and each end will be end capped

with thermal shrinkable caps.

A direction of rotation arrow is marked on the drum together with the markings detailed below.

Standard lengths of cable shall be 4000 meters with tolerance ± 100 meters

8. DRUM MARKINGS

The individual cable drums shall carry the following markings –

JDA

Manufacturer’s Name

Drum Number / Cable Identification Number

Cable Length in km

Type of Fibre

Gross weight in kgs

Arrow of Rotation

9. QUALITY SYSTEMS

*Quality System

The cable manufacturer shall be TL 9001-R 4.0, ISO 14001:2004, ISO 18001:2007

certified facilities and all these ISO shall be integrated through Integrated Management

System. Cable facilities shall be certified 10002:2004 for complaints handling

procedures. Certifications shall be provided along with the Bid Submission

Test facilities

The cable manufacturer shall have test facilities to proof that cables comply with this

specification. Factory Acceptance Test shall be witnessed by JDA authorised

representatives.

Page 183: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

47

10. SINGLE MODE DISPERSION UN-SHIFTED OPTICAL FIBRE CHARACTERISTICS IN CABLE ACCORDING TO ITU-T G.652.D and IEC 60793-2-50

Fibre Geometry

Mode field diameter at 1310 nm [m] 9.2 ± 0.3

Mode field diameter at 1550 nm [m] 10.5 ± 1.0

Cladding diameter [m] 125.0 ± 1.0

Core-Clad Concentricity Error [m] < 0.5

Cladding Non Circularity [%] < 0.8

Coating diameter ( Uncoloured) [m] 245 10

Coating diameter (Coloured) [m] 250 10

Mechanical Characteristics

Proof Test Kpsi ( Gpa) ≥ 100 (0.7)

Coating Strip Force N ≥ 1.3

Fibre Curl m ≥ 4

Macro Bend Loss -1 turns- 16mm radius @ 1550 nm dB < 0.5

Macro Bend Loss -100 turns- 30mm radius @ 1625 nm dB < 0.10

Macro Bend Loss -100 turns- 30mm radius @ 1550 nm dB < 0.05

Average Attenuation Coefficients of Cabled Fibre

Attenuation at 1310 nm [dB/km] ≤ 0.33

Attenuation at 1383 nm [dB/km] ≤ 0.33

Attenuation at 1550 nm [dB/km] ≤ 0.19

Attenuation at 1625nm [dB/km] ≤ 0.21

Dispersion Coefficients

Chromatic Dispersion in the range 1285 to 1330 nm [ps/(nmkm)] ≤ 3.5

Chromatic Dispersion at 1550 nm [ps/(nmkm)] ≤ 17.0

Chromatic Dispersion at 1625 nm [ps/(nmkm)] ≤ 22.0

Zero Dispersion wave length

Nm

1300 ~ 1324

Zero Dispersion Slope ps/(nm2.km) < 0.092

Cable Cutoff Wavelength (cc) [nm] ≤ 1260

PMD Link Design Value Ps/√km < 0.1

Page 184: JOHANNESBURG DEVELOPMENT AGENCY (JDA) · 2019-04-16 · JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Tendering Procedures 2 No 3 President Street Fax

JOHANNESBURG DEVELOPMENT AGENCY (JDA) Contract No. JDA-WP 15N-02 Part T1: Technical Specification

48

11. CABLE DIMENSIONS:

Fibre Count

Fibre Type

Fibres Per

Tube

Tubes

Passive

Fillers

Diameter of Cable

(+5%)

G652D Numbers Numbers Number mm

72 72 12 6 0 6.0